Document 895

You might also like

Download as pdf or txt
Download as pdf or txt
You are on page 1of 88

MADHYA PRADESH MADHYA KSHETRA

VIDYUT VITARAN COMPANY LIMITED,


BHOPAL

TENDER SPECIFICATION NO.MD/MK/04/895


(DUE FOR OPENING ON 23.05.2023)
FOR AWARD OF
REPAIRING & TESTING OF BGP FAILED 11/0.433 KV DISTRIBUTION
TRANSFORMERS(25KVA TO 200 KVA RATINGS)
ALONGWITH DESIGN, SUPPLY & INSTALLATION OF AUTOMATIC ON-OFF DTR
PROTECTION DEVICE (INSTALLED EXTERNALLY AT LT SIDE OF DTR)

CHIEF GENERAL MANAGER (PROC),


M.P.MADHYAKSHETRAVIDYUTVITARAN CO. LTD.,
NISHTHAPARISAR, BIJLINAGAR, GOVINDPURA, BHOPAL-462023
PHONE NO.(0755)-2678325, 2602033-36
FAX NO. (0755)-2589821Email-dgmp2.cz@mp.gov.in
Website:https://portal.mpcz.in,
CIN Number:U40109MP2002SGC015119

1
Tender Specification No MD/MK/04/895 “Repairing & Testing of BGP failed Distribution Transformer
along with Installation of Automatic ON-OFF DTR protection Device”

TENDER SPECIFICATION NO. MD/MK/04/895


REPAIRING & TESTING OF BGP FAILED DISTRIBUTION TRANSFORMER
ALONG WITH DESIGN, SUPPLY & INSTALLATION OF AUTOMATIC ON-OFF
DTR PROTECTION DEVICE DUE FOR OPENINGON 23.05.2023 at 15:30 PM.

INDEX
S. No. PARTICULARS Page
No.
PART – I

1. NOTICE INVITING TENDERS


2. KEY DATES & BASIC TENDER INFORMATION
3. TENDER FORM
4. GUIDELINES TO BIDDERS FOR IMPLEMENTATION OF E-PROCUREMENT
SYSTEM
PART-1
5. ANNEXURE-I :GENERAL INSTRUCTIONS TO THE BIDDERS
6. ANNEXURE-II : ELIGIBILITY CRITERIA & EVALUATION METHODOLOGY
7. ANNEXURE-III : GENERAL TERMS AND CONDITIONS OF PURCHASE
8. ANNEXURE-IV : GENERAL TERMS AND CONDITIONS OF RATE CONTRACT
AWARD FOR REPAIRS AND TESTING OF 11/0.433 KV DISTRIBUTION
TRANSFORMERS ALONGWITH DESIGN, SUPPLY & INSTALLATION OF
AUTOMATIC ON-OFF DTR PROTECTION DEVICE (INSTALLED EXTERNALLY
AT LT SIDE OF DTR)
9. ANNEXURE-V A : TECHNICAL SPECIFICATIONS FOR REPAIRS AND TESTING
OF 11/0.433KV ALUMINIUM WOUND DISTRIBUTION TRANSFORMERS OF
VARIOUS CAPACITIES ALONGWITH DESIGN, SUPPLY & INSTALLATION OF
AUTOMATIC ON-OFF DTR PROTECTION DEVICE (INSTALLED EXTERNALLY
AT LT SIDE OF DTR)
10. ANNEXURE-V(B) :TECHNICAL SPECIFICATION OF SILICA GEL BREATHERS
FOR DISTRIBUTION TRANSFORMERS
11. ANNEXURE-V (C) : TECHNICAL SPECIFICATION FOR BIMETALLIC CLAMPS
12. ANNEXURE-V D: GUARANTEED TECHNICAL PARTICULARS FOR EHV
GRADE-II TRANSFORMER OIL
13. ANNEXURE-VI : PRICE VARIATION FORMULA
14. ANNEXURE-VII :LIST OF CONSIGNEE AREA STORES & SENIOR / REGIONAL
ACCOUNTS OFFICERS
15. ANNEXURE-VIII :LIST OF SCHEDULE BANKS
16. ANNEXURE-IX : DRAWINGS
17. ANNEXURE-X : SCHEDULE OF FITTINGS OF REPAIRED TRANSFORMERS
ALONGWITH DESIGN, SUPPLY & INSTALLATION OF AUTOMATIC ON-OFF
DTR PROTECTION DEVICE (INSTALLED EXTERNALLY AT LT SIDE OF DTR)
18. ANNEXURE-XI :METHODOLGY FOR CALCULATION OF “PERCENTAGE
FAILURE RATE OF TRANSFORMERS SUPPLIED BY FIRM”
19. ANNEXURE-XII – LUMPSUM UNIT REPAIRING COST INCLUDING GST, TO &
FRO TRANSPORTATION AND COST OF TRANSFORMER OIL FOR EACH
CAPACITY.
PART-2
2
Tender Specification No MD/MK/04/895 “Repairing & Testing of BGP failed Distribution Transformer
along with Installation of Automatic ON-OFF DTR protection Device”
20. SCHEDULE – I (A): SCHEDULE OF PRICES FOR REPAIRS AND TESTING OF
11/0.433KV ALUMINIUM WOUND DISTRIBUTION TRANSFORMERS OF
VARIOUS CAPACITIES ALONGWITH DESIGN, SUPPLY & INSTALLATION OF
AUTOMATIC ON-OFF DTR PROTECTION DEVICE (INSTALLED EXTERNALLY
AT LT SIDE OF DTR)
SCHEDULE – I (B): SCHEDULE OF PRICES FOR UNECONOMICAL DTR
21. SCHEDULE-II: LIST OF PLANT & MACHINERY AND TESTING EQUIPMENT
22. SCHEDULE-III: SCHEDULE OF QUESTIONNAIRE
PART “A”: GENERAL INFORMATION
PART “B”: COMMERCIAL INFORMATION
23. SCHEDULE-IV : SCHEDULE OF COMMERCIAL DEVIATIONS
24. SCHEDULE-V : SCHEDULE OF TECHNICAL DEVIATIONS
25. SCHEDULE –VI : PAST PERFORMANCE
26. SCHEDULE-VII : DECLARATION BY THE BIDDER
27. SCHEDULE –VIII: UNDERTAKING / DECLARATION BY THE BIDDER
28. SCHEDULE –IX : UNDERTAKING
29. SCHEDULE – X : MANUFACTURING/REPAIRING CAPACITY AND OFFERED
QUANTITY
30. SCHEDULE – XI :MINIMUM ROAD DISTANCE FROM THE FIRM‟S WORKS TO
AREA STORE OF PURCHASER
31. SCHEDULE-XII: DECLARATION FOR PARTICIPATING AS NEW FIRM
32. SCHEDULE-XIII: UNDERTAKING FOR TECHNICAL ELIGIBILITY
33. SCHEDULE – XIV: CHECK LIST

3
Tender Specification No MD/MK/04/895 “Repairing & Testing of BGP failed Distribution Transformer
along with Installation of Automatic ON-OFF DTR protection Device”

M.P.MADHYA KSHETRA VIDYUT VITARAN CO. LTD.,


(Govt. of Madhya Pradesh Undertaking)
NISHTHA PARISAR, BIJLINAGAR, GOVINDPURA, BHOPAL-462023
PHONE NO. 0755-2602033-34 FAX NO.0755-2589821, Email-dgmp2.cz@mp.gov.in
Website:https://portal.mpcz.in, CIN Number:U40109MP2002SGC015119
========================================================================================

NOTICE INVITING TENDERS

MPMKVVCL, Bhopal invites online tenders for the following items as per tender
specification. The Bid Seals will be received online on the portal
https://mptenders.gov.in/nicgep/appupto date & time indicated below. The tender will be opened in
the office of the undersigned as mentioned in tender time schedule (key date). If desired, the bidder or
their duly authorized representatives may remain present at the time of opening of tender:

Due date of
Pre-Bid
Approx Tender opening of
Sr. conference
TS No Particular Value Fee (Rs.) tender online
No. (at 1530
(In lacs) from 15:30
Hrs.)
PM
Repairing & & Testing
of 11/.433 KV
1 MD/MK/04/895 Distribution
Transformers (25KVA
to 200 KVA) along
with Design, Supply & 12.05.23 23.05.23
Installation of
1134.00 11800.00
Automatic On-Off
DTR Protection Device
(installed Externally at
LT Side of DTR)

* For updated / extended due dates for opening of tender (EMD in Envelope-A & Techno-
commercial bid in Envelope-B) please refer to the online key dates.
NOTE: -
(1) Other details can be seen in the complete tender documents available on new implemented e-
portal https://mptenders.gov.in.

(2) Tender Documents can be downloaded from main portal https://mptenders.gov.infree of cost.
However, for participation in the tender, the bidder shall have to pay non-refundable tender
fee. In case, the tender is dropped without opening, the tender fees shall be refunded after
deduction of necessary portal charges.

(3) The Micro & Small Enterprises (MSEs) of Madhya Pradesh registered with District Industries
Centre (DIC)/Khadi &Village Industries Commission (KVIC)/ Khadi & Village Industries
Board (KVIB)/Coir Board/NSIC/Directorate of Handicraft and Handlooms / Udyog Aadhar
Memorandum(UAM)/ Udyam or with any other body specified by Ministry of Micro, Small &
Medium Enterprises on the date of opening of tender for the tendered item(s) shall be
exempted from payment of tender fee. In support of above the bidders shall be required to
upload the requisite documents on the portal of MP Tender, failing which their techno
commercial bid shall not be considered for opening. Please note that, all the out State firms (i.e
out of MP firms ) are mandatorily required to submit the Tender Fees.

4
Tender Specification No MD/MK/04/895 “Repairing & Testing of BGP failed Distribution Transformer
along with Installation of Automatic ON-OFF DTR protection Device”

(4) The bid data should be filled in and the bid seals of all the covers and the documents which are
to be uploaded by the bidders should be submitted online only as per time schedule
(KeyDates).

(5) The relevant portion of tender which tenderers have to fill online would be available on above
website on date mentioned against each tender. The company reserves the right to reject any or
all the tenders or accept any tender in full or part as considered advantageous to the company,
whether it is lowest or not, without assigning any reason whatsoever it may be.
(6) Since the bidders are required to sign their bids online using class III – Digital Certificates
only, hence they are advised to obtain the same at the earliest. For further information, bidders
are requested to contact Madhya Pradesh State Electronic Development Corporation Ltd, State
IT Centre, 2nd Floor, 47-A, Arera Hills, Bhopal-462011, Telephone No. 0120-4001002/
4200462/ 4001005, E-mail: support-proc@nic.in.

(7) Bidders intending to participate in the Tender are required to get themselves trained on the e-
Procurement System.

(8) The required amount of EMD shall be accepted through online payment only.

(9) The Bidders are required to invariably upload the valid documentary evidence of submission
of online EMD (or EMD Exemption Certificate if applicable) in Cover-1 without which online
offer i.e., Cover-2&3 shall not be opened.

(10) No offer will be accepted without valid Earnest Money Deposit, unless exempted by the
Company. If on opening of tender, it is revealed that EMD amount is inadequate / any other
discrepancy is noticed, the tender shall be rejected.

(11) The corrigendum or addendum to the Bidding Documents, if any, as well as any change in due
date(s) of opening of tender will be published on the website https://mptenders.gov.in& also
Company‟s website https://portal.mpcz.in but will not be published in newspaper. Hence
participant bidders are advised to regularly visit the websites until the bid opening. The
Company shall not be responsible in any way for any ignorance of the bidders about the
corrigendum or addendum or change in the due date(s).

(12) Last date for submission of Online Bid documents {Cover-1 (EMD) &Cover-2 (Techno
Commercial Bid)} shall be as per online key dates. The same shall be opened as per key dates.
The date of opening of EMD & Techno commercial bid shall be the date of opening of tender
for all the purpose.

(13) The tender document will be available on portal https://mptenders.gov.in. The interested
bidders are advised to regularity visit the portal for the purpose.

(14) Only online bids will be considered as valid.

Chief General Manager (Proc)


O/o MD, MPMKVVCL, Bhopal

5
Tender Specification No MD/MK/04/895 “Repairing & Testing of BGP failed Distribution Transformer
along with Installation of Automatic ON-OFF DTR protection Device”

KEY DATES & BASIC TENDER INFORMATION

Particulars Detail
s
REPAIRING & TESTING OF BGP FAILED
11/0.433KV DISTRIBUTION
Name of Work
TRANSFORMERS (UP TO 200 KVA
RATINGS) ALONGWITH DESIGN SUPPLY &
INSTALLATION OF AUTOMATIC ON-OFF DTR
PROTECTION DEVICE (FITTED EXTERNALLY
AT LT SIDE OF DTR)

Tender Specification number MD/MK/04/895


Due date for Online submission of Tender 22.05.2023 at 15: 30 PM
(EMD in Part-I + Techno-Commercial Bid
in Part-II)

Key Dates

Sr.
Tender Stage Date & Time
No.
1. Publishing Date* 05.05.2023 at 10:00 Hrs.

2. Document Download / Sale Start Date* 05.05.2023 at 10:30 Hrs.

3. Pre-Bid Meeting Date* 12.05.2023 at 15:30 Hrs.

4. Bid Submission Start Date* 15.05.2023 at 15:00 Hrs.

5. Bid Submission Closing Date* 22.05.2023 at 15:00 Hrs.

6. Bid Opening Date* 23.05.2023 at 15:30 Hrs.

BASIC TENDER INFORMAITON:-


(1) Bidders shall submit tender only online in following three parts. No physical submission of
document/bid is required.
i. Part-I (Cover-1) – The bidders shall require to deposit EMD online as specified in
clause -5 Section-I of the tender specification and to upload a scan copy of the same
in Cover (1). In case of exemption from payment of EMD as allowed in Clause-5
(iii) Section-I of the tender, bidders shall upload a scan copy of the duly notarized
documents as required in above clause.
ii. Part-2 (Cover-2) the bidders shall require to upload following documents digitally
signed in Cover-(2) which shall form Commercial and Technical bid.
a) Schedule II – List of Plant & Machinery and Testing equipment
b) Schedule-III(A)&(B) Questionnaire duly answered.
c) Schedule-IV- Schedule of Commercial Deviations
d) Schedule-V-Schedule of Technical Deviations
e) Schedule VI- Past Experience
f) Schedule-VII- Declaration by the Bidder

6
Tender Specification No MD/MK/04/895 “Repairing & Testing of BGP failed Distribution Transformer
along with Installation of Automatic ON-OFF DTR protection Device”
g) Schedule VIII- Undertaking/Declaration by the Bidder
h) Schedule-IX- Undertaking.
i) Schedule-X -Manufacturing/Repairing Capacity and offered Quantity
j) Schedule XI-Minimum Road distance from the Firm‟s works to area
store of Purchaser
k) Schedule XII- Declaration for Participation as New Bidder
l) Schedule XIII – Undertaking for Technical Eligibility
m) Schedule XIV - Checklist
n) Printed literatures towards Technical Specifications etc.
o) The firms/units registered under Udhyog Adhar/DIC/MSME/
NSIC/Udyam shall attach the copy of documentary evidence in support of
this.
In case of erroneous/ non-submission/ missing of any of the document required
as per the provision of the bidding document, the purchaser will have full right to
reject the bid or evaluate the bid with the documents submitted as the case may be. The
purchaser may however ask the bidder for a clarification of its bid.
iii. Part-3 (Cover-3)- The bidders shall quote their rates online only in schedule-I and
shall be kept in Cover-(3).
(2) The date of opening of financial/ price bid shall be informed separately. The bidders may
please keep them updated of price bid opening from the e-portal.
(3) In case of any of above date(s) is declared as holiday/local holiday, then the date(s) will be
shifted to next working day.

Chief General Manager (Proc)


O/o MD, MPMKVVCL, Bhopal

********************

7
Tender Specification No MD/MK/04/895 “Repairing & Testing of BGP failed Distribution Transformer
along with Installation of Automatic ON-OFF DTR protection Device”

GUIDELINES TO BIDDERS FOR IMPLEMENTATION OF


E-PROCUREMENT SYSTEM

Note: These conditions will over-rule the conditions stated in the tender documents, wherever
relevant and applicable.

Note: These conditions will over-rule the conditions stated in the Tender documents, wherever
relevant and applicable.

The bidders are required to submit soft copies of their bids electronically on the MP TENDER Portal
(https://mptenders.gov.in/nicgep/app), using valid Digital Signature Certificates. The instructions
given below are meant to assist the bidders in registering on the MP TENDER Portal, prepare their
bids in accordance with the requirements and submitting their bids online on the MP TENDER Portal
(https://mptenders.gov.in/nicgep/app).

More information useful for submitting online bids on the MP TENDER Portal may be obtained at:
https://mptenders.gov.in/nicgep/app.

(A) REGISTRATION
1) Bidders are required to enroll on the e-Procurement module of the MP TENDER Public
Procurement Portal (URL: https://mptenders.gov.in/nicgep/app) by clicking on the link “Online
bidder Enrollment” on the MP TENDER Portal which is free of charge.

2) As part of the enrolment process, the bidders will be required to choose a unique username and
assign a password for their accounts.

3) Bidders are advised to register their valid email address and mobile numbers as part of the
registration process. These would be used for any communication from the MP TENDER Portal.

4) Upon enrolment, the bidders will be required to register their valid Digital Signature Certificate
(Class II or Class III Certificates with signing key usage) issued by any Certifying Authority
recognized by CCA India (e.g.Sify / nCode / eMudhra etc.), with their profile.

5) Only one valid DSC should be registered by a bidder. Please note that the bidders are responsible
to ensure that they do not lend their DSC‟s to others which may lead to misuse.

6) Bidder then logs in to the site through the secured log-in by entering their user ID / password and
the password of the DSC / e-Token.

(B) SEARCHING FOR TENDER DOCUMENTS


1) There are various search options built in the MP TENDER Portal, to facilitate bidders to search
active tenders by several parameters. These parameters could include Tender ID, Organization
Name, Location, Date, Value, etc. There is also an option of advanced search for tenders,
wherein the bidders may combine a number of search parameters such as Organization Name,
Form of Contract, Location, Date, Other keywords etc. to search for a tender published on the
MP TENDER Portal.

2) Once the bidders have selected the tenders they are interested in, they may download the
required documents / tender schedules. These tenders can be moved to the respective „My
8
Tender Specification No MD/MK/04/895 “Repairing & Testing of BGP failed Distribution Transformer
along with Installation of Automatic ON-OFF DTR protection Device”

Tenders‟ folder. This would enable the MP TENDER Portal to intimate the bidders through
SMS / e-mail in case there is any corrigendum issued to the tender document.

3) The bidder should make a note of the unique Tender ID assigned to each tender, in case they want
to obtain any clarification / help from the Helpdesk.
(C) PREPARATION OF BIDS
1) Bidder should take into account any corrigendum published on the tender document before
submitting their bids.
2) Please go through the tender advertisement and the tender document carefully to understand the
documents required to be submitted as part of the bid. Please note the number of covers in which
the bid documents have to be submitted, the number of documents - including the names and
content of each of the document that need to be submitted. Any deviations from these may lead
to rejection of the bid.

3) Bidder, in advance, should get ready the bid documents to be submitted as indicated in the tender
document / schedule and generally, they can be in PDF / XLS / RAR / DWF/JPG formats. Bid
documents may be scanned with 100 dpi with black and white option which helps in reducing
size of the scanned document.

4) To avoid the time and effort required in uploading the same set of standard documents which are
required to be submitted as a part of every bid, a provision of uploading such standard
documents (e.g. PAN card copy, annual reports, auditor certificates etc.) has been provided to
the bidders. Bidders can use “My Space” or „‟Other Important Documents‟‟ area available to
them to upload such documents. These documents may be directly submitted from the “My
Space” area while submitting a bid, and need not be uploaded again and again. This will lead to
a reduction in the time required for bid submission process.

(D) SUBMISSION OF BIDS


1) Bidder should log into the site well in advance for bid submission so that they can upload the
bid in time i.e. on or before the bid submission time. Bidder will be responsible for any delay
due to other issues.

2) The bidder has to digitally sign and upload the required bid documents one by one as indicated
in the tender document.

3) Bidder should prepare the EMD as per the instructions specified in the tender document. The
original should be couriered and must reach the concerned office, latest by the last date of bid
submission or as specified in the tender documents. The details of the DD/any other accepted
instrument, physically sent, should tally with the details available in the scanned copy and the
data entered during bid submission time. Otherwise the uploaded bid will be rejected.

4) Bidders are requested to note that they should necessarily submit their financial bids in the
format provided and no other format is acceptable. If the price bid has been given as a standard
BoQ format with the tender document, then the same is to be downloaded and to be filled by all
the bidders. Bidders are required to download the BoQ file, open it and complete the white
coloured (unprotected) cells with their respective financial quotes and other details (such as
name of the bidder). No other cells should be changed. Once the details have been completed,
the bidder should save it and submit it online, without changing the filename. If the BoQ file is
found to be modified by the bidder, the bid will be rejected.

9
Tender Specification No MD/MK/04/895 “Repairing & Testing of BGP failed Distribution Transformer
along with Installation of Automatic ON-OFF DTR protection Device”

5) The server time (which is displayed on the bidders‟ dashboard) will be considered as the
standard time for referencing the deadlines for submission of the bids by the bidders, opening
of bids etc. The bidders should follow this time during bid submission.

6) All the documents being submitted by the bidders would be encrypted using PKI encryption
techniques to ensure the secrecy of the data. The data entered cannot be viewed by
unauthorized persons until the time of bid opening. The confidentiality of the bids is maintained
using the secured Socket Layer 128 bit encryption technology. Data storage encryption of
sensitive fields is done. Any bid document that is uploaded to the server is subjected to
symmetric encryption using a system generated symmetric key. Further this key is subjected to
asymmetric encryption using buyers/bid opener‟s public keys. Overall, the uploaded tender
documents become readable only after the tender opening by the authorized bid openers.

7) The uploaded tender documents become readable only after the tender opening by the
authorized bid openers.

8) Upon the successful and timely submission of bids (i.e. after Clicking “Freeze Bid Submission”
in the portal), the portal will give a successful bid submission message & a bid summary will be
displayed with the bid no. and the date & time of submission of the bid with all other relevant
details.

9) The bid summary has to be printed and kept as an acknowledgement of the submission of the
bid. This acknowledgement may be used as an entry pass for any bid opening meetings.

(E) ASSISTANCE TO BIDDERS


1) Any queries relating to the tender document and the terms and conditions contained therein
should be addressed to the Tender Inviting Authority for a tender or the relevant contact person
indicated in the tender. This should be as per timelines (about „seek clarification‟ start & end
dates) given in Tender only.

2) Any queries relating to the process of online bid submission or queries relating to MP TENDER
Portal in general may be directed to the 24x7 MP TENDER Portal Helpdesk.

10
Tender Specification No MD/MK/04/895 “Repairing & Testing of BGP failed Distribution Transformer
along with Installation of Automatic ON-OFF DTR protection Device”

PART-1

11
Tender Specification No MD/MK/04/895 “Repairing & Testing of BGP failed Distribution Transformer
along with Installation of Automatic ON-OFF DTR protection Device”

ANNEXURE-I

GENERAL INSTRUCTIONS TO THE BIDDERS

1. The CGM (Procurement) on behalf of the Madhya Pradesh Madhya Kshetra Vidyut Vitran
Co. Ltd., Bhopal hereinafter referred to as “MPMKVVCL” invites tender for Repair & Testing
of BGP Failed Transformers of capacity 25KVA to 200 KVA along with Design, Supply &
Installation of Automatic On-Off DTR Protection Device (installed Externally at LT Side of
DTR) lying at different Area Stores of the Company.

2. The bidders are requested to go through the General instructions to the bidders Annexure-I,
General terms & conditions of purchase contained in Annexure-III and General terms &
conditions of Rate Contract contained in Annexure-IV except as modified/laid-down
hereunder. It may be noted that no conditions or stipulations to the contrary or which are
inconsistent will be accepted.

Bidders are requested to ensure that all such schedules along with questionnaire (duly filled-
in), are submitted along with their offer. The bidders should note that in absence of any of the
schedules, as required in the tender, their offer shall be liable for rejection.

3. Here are some of very important instructions which every bidder should read carefully for
compliance before submitting the bid.

4. VALIDITY OF BIDS

Offers should be kept open for acceptance for at least 180 days from the date of opening.
Those who do not agree for a validity of 180 days will do so at their own risk and no request
for extending the validity is likely to be made from this office. However, if due to any
circumstances, beyond control, bidders are advised to extend the validity, they shall not be
permitted to revise their rates, offer any rebate or concession while extending the validity
which may materially result in any reduction or increase in the computed prices of their
original offer.
5. EARNEST MONEY

The bidder shall deposit the Earnest Money vis-à-vis the value of the tender as per the table
given below:-
NIT Value Earnest Money
Upto INR 50,000. Nil
Above INR 50,000. @1% of tender value, subject to minimum
INR 1,000 and maximum INR 1 lac.

i. No offer will be accepted without Earnest Money Deposit, unless exempted by the
Purchaser. If on opening of tender any discrepancy in EMD amount is noticed, the
offer shall be rejected.
ii. The required amount of EMD shall be accepted through online payment only. The
Bidders are required to invariably upload the valid documentary evidence of
submission of EMD (or EMD Exemption Certificate if applicable) in Envelope-A
without which online offer i.e., Envelopes-B & C shall not be opened.
12
Tender Specification No MD/MK/04/895 “Repairing & Testing of BGP failed Distribution Transformer
along with Installation of Automatic ON-OFF DTR protection Device”

iii. The following are exempted from payment of EMD:


The Micro & Small Enterprises (MSEs) of Madhya Pradesh registered with District
Industries Centre (DIC)/Khadi &Village Industries Commission (KVIC)/ Khadi &
Village Industries Board (KVIB)/Coir Board/NSIC/Directorate of Handicraft and
Handlooms / Udyog Aadhar Memorandum (UAM)/Udyam or with any other body
specified by Ministry of Micro, Small & Medium Enterprises on the date of opening of
tender for the tendered item(s). The SSI units of MP registered with DIC shall be
exempted from payment of EMD on production of valid competency certificate. In
support of above the bidders shall be required to upload the requisite documents on the
portal of MP Tender, failing which their techno commercial bid shall not be considered
for opening. Please note that, all the out State firms (i.e out of MP firms ) are
mandatorily required to submit the EMD.

iv. Forfeiture of Earnest Money Deposit:


a. If a bidder withdraws or revokes its bid during the period of bid validity specified
by the bidder.
b. If a bidder modifies its bid in any manner before the validity of the bid expires.
c. In the case of a successful bidder, if the bidder fails to furnish the Performance
Security within the prescribed time.
d. In the event the bidder withdraws its bid after opening of price bid, the firm may
be debarred along with forfeiture of EMD.

v. Return of earnest money to bidders.

a) EMD shall be returned to the unsuccessful bidders, as soon as possible, after the
tender is decided.
b) EMD of bidders on whom the orders have been placed, shall be returned on
acceptance of security deposit.

6. Following documents consisting part of Commercial & Technical bid i.e. Part-II should
be put in the following sequence:-

i. Schedule II – List of Plant & Machinery and Testing equipment


ii. Schedule-III(A)&(B) Questionnaire duly answered.
iii. Schedule-IV- Schedule of Commercial Deviations
iv. Schedule-V-Schedule of Technical Deviations
v. Schedule VI- Past Experience
vi. Schedule-VII- Declaration by the Bidder
vii. Schedule VIII- Undertaking/Declaration by the Bidder
viii. Schedule-IX- Undertaking
ix. Schedule-X -Manufacturing/Repairing Capacity and offered Quantity
x. Schedule XI-Minimum Road distance from the Firm‟s works to area store of Purchaser
xi. Schedule XII- Declaration for Participation as New Bidder
xii. Schedule XIII – Undertaking for Technical Eligibility
xiii. Schedule XIV - Checklist
xiv. Printed literatures towards Technical Specifications etc.
xv. The firms/units registered under UdhyogAdhar/Udyam/DIC/MSME/NSIC shall attach
the copy of documentary evidence in support of this.

7. In Part-III of the Bid, only Online Price Bids, which should be strictly in our prescribed
format (Schedule-I).
13
Tender Specification No MD/MK/04/895 “Repairing & Testing of BGP failed Distribution Transformer
along with Installation of Automatic ON-OFF DTR protection Device”

8. SUBMISSION OF BID

Bidders shall submit the tender online only in following three parts parts.

i. Part-I (Envelop-1)-The bidder shall be required to deposit EMD online as specified in


clause-5, section-1 of the tender specification and to upload a scan copy of the same in
envelop-1. In case of exemption from payment of EMD as allowed in clause-5 (iii),
section-1 of the tender, bidder shall upload the scan copy of duly notarized documents as
required in the above clause.
ii. Part-II (Envelop-2)- The bidders shall be required to upload following documents
digitally signed in the envelop-2 which shall form Techno commercial bid.
a. Schedule II – List of Plant & Machinery and Testing equipment
b. Schedule-III(A)&(B) Questionnaire duly answered.
c. Schedule-IV- Schedule of Commercial Deviations
d. Schedule-V-Schedule of Technical Deviations
e. Schedule VI- Past Experience
f. Schedule-VII- Declaration by the Bidder
g. Schedule VIII- Undertaking/Declaration by the Bidder
h. Schedule-IX- Undertaking ions.
i. Schedule-X -Manufacturing/Repairing Capacity and offered Quantity
j. Schedule XI-Minimum Road distance from the Firm‟s works to area store of
Purchaser
k. Schedule XII- Declaration for Participation as New Bidder
l. Schedule XIII – Undertaking for Technical Eligibility
m. Undertaking (in respect of Conflicting Interest Clause).
n. Printed literatures towards Technical Specifications etc.
In case of error-ness/ non-submission/ missing of any of the above documents, the
purchaser will have full right to reject the bid or evaluate the bid with the
documents submitted by the bidder, as the case may be. The purchaser may
however ask the bidder for a clarification of its bid.

iii. Part-III (Envelop- 3) the bidder shall quote their rates online only in the BOQ and shall be
kept in envelop-III schedule-I.
iv. The bidders are expected to be fully conversant with all the clauses of the bid documents
before submitting the bid. However, prospective bidders regarding any clarification of
bidding documents may notify the purchaser in writing. Post award of contract any
interpretation in any clause of the bid documents shall not be entertained.

9. DATE AND TIME OF OPENING OF BIDS - CHANGES

Tender shall be opened on the due date and time as notified in the presence of the bidders or
their authorized representatives who may be present. If the due date of opening/ submission of
tender documents are declared a holiday by the Central/ State Government or Local
Administration, it will automatically get shifted to the next working day, for which no prior
intimation shall be given. The tender opening shall be continued on subsequent days, in case
the opening of all the tenders is not completed on the day of opening.
It may please be noted that the due date/ time of opening can be altered, extended, if felt
necessary by the purchaser, without assigning any reason thereof. However, due intimation
shall be communicated in such a case.

14
Tender Specification No MD/MK/04/895 “Repairing & Testing of BGP failed Distribution Transformer
along with Installation of Automatic ON-OFF DTR protection Device”

10. OPENING OF E.M.D. & COMMERCIAL AND TECHNICAL BID


The first envelope of Earnest Money Deposit shall be opened on the due date and time, as
notified on the mptenders portal key dates. The requirement for EMD shall be verified and
thereafter, the second part, i.e. the Commercial & Technical Bid, shall be opened on the same
date in respect of eligible bidders.

11. REQUIREMENT FOR OPENING OF PRICE BIDS:


The price bids of such offers shall be opened who have:-
i. Accepted all Commercial terms & Conditions and Technical Specifications.
ii. Documents required against Eligibility Criteria of the Tender.
iii. Any other document as required in the Tender.
Please ensure that the photocopies of documents furnished are legible.

12. UNSATISFACTORY PERFORMANCE


Even on fulfillment of all the criteria it may please be noted that:-

i. Offers of those bidders whose work has been terminated or who have been debarred for
future business with any of the Discoms of MP, may be summarily rejected.

ii. In case of those bidders whose past performance has not been found to be satisfactory
against previous tenders of any of the Discom of MP, they shall not be considered for
opening of price bid. Some of the attributes to the poor performance of a bidder are as
follows:-

 Non-execution of previous order(s)/inordinate delay in repairing of DTRs.


 Failures of material in testing & non-replacement of the same by the
supplier/repairer.
 Failures of material in mass as reported by the field officers.
 Non replacement of WGP failed DTRs timely.

13. Pre-Bid Conference


(i) The Purchaser shall hold a pre-bid conference of bidders on 12.05.2023 to clarify various
clauses of the bid documents to ensure uniformity in understanding the bid documents.
(ii) Bidders are advised to attend the Pre Bid Conference so as to clear all ambiguities and doubts
and point to any mistake or shortcomings which might be visible in the Tender.
(iii)The Purchaser reserves the right to change the clauses as emerging after pre-bid conference or
as per it's discretion. Details of any doubt(s) about instant Tender Specification and/or required
clarification/ suggestion/ modification in any of the terms & conditions and/ or the
specifications etc. must be sent sufficiently in advance to the Purchaser through post or
(preferably) through e-mail so as to reach at least two days before the scheduled date of pre-
bid meeting to enable this office to provide necessary clarification/ modification during pre-bid
meeting.
(iv) The Purchaser also reserves the right to insert new clauses or post amendments to Tender
Specification etc. The changes shall be notified through addendum/corrigendum posted on
Purchaser‟s website and e-procurement Govt. website to get all concerned informed. Bidders
may therefore regularly visit the websites stated. The Purchaser shall not be responsible if
some prospective bidder misses any Amendment/Addendum/Corrigendum/Due date extension
related to the Tender.
15
Tender Specification No MD/MK/04/895 “Repairing & Testing of BGP failed Distribution Transformer
along with Installation of Automatic ON-OFF DTR protection Device”

14. AMENDMENT IN SPECIFICATIONS


The Purchaser may revise or amend the specification and drawing, prior to the date notified for
opening of Technical Bid of tender. Such revision/ amendment, if any, will be uploaded on the
online tender portal as well as on the Company‟s website as Amendment/ Addendum.

15. ALTERNATIVE BIDS


Bid should be submitted as per intent of tender documents; any alternative offers are liable for
rejection.

16. LUMPSUM BASED BIDS


In case prices for some items or all items are given as a Lum sum, instead of unit prices as
required in the tender specifications, Purchaser can summarily rejected such incomplete
tender.

17. PRINTED TERMS AND CONDITIONS IN BIDS


Supplier's printed terms and conditions will not be considered as forming part of the tender
under any circumstances whatsoever.

18. ALTERATIONS/CORRECTIONS IN BIDS


Any alteration/correction in the tender document should be counter-signed. Further, no post
tender alteration/correction shall be entertained.

19. INCOMPLETE BIDS


Tender which is incomplete or obscure is liable for rejection.

20. AMBIGUITIES IN CONDITIONS OF BIDS:-


In case of ambiguous or self-contradictory terms/conditions mentioned in the bid,
interpretation as may be advantageous to the Purchaser shall be taken without any reference to
the tender.

21. DISQUALIFICATION OF BIDS:


A Bid which gets opened before the due date as a result of improper or no indication having
been given on the cover to indicate that it is a tender, will be disqualified. Bidders will not be
permitted to change the substance of his tender on post interpretation/improper understanding
grounds. This includes post tender price changes/ modifications etc. after opening of Price Bid.
In such events, otherwise, that is, when a bidder does not comply, tender will be rejected.

22. LANGUAGE OF BIDS


All tenders should be made in English only.

23. CANVASSING OF BIDS


Tenders shall be deemed to be under consideration, after opening of tender/ bid, till placement
of order. During this period, the bidders or their authorized representatives or other interested
parties are advised strongly, in their own interest, to refrain from contacting by any means any
of the Purchaser‟s personnel or Representative, on matters relating to tender under process.
24. ACCEPTANCE OF PART/WHOLE BIDS-RIGHTS THEREOF
Purchaser reserves the right to accept/ reject wholly or partly any tender without assigning any
reason whatsoever. The Purchaser in this regard shall not entertain any correspondence.

16
Tender Specification No MD/MK/04/895 “Repairing & Testing of BGP failed Distribution Transformer
along with Installation of Automatic ON-OFF DTR protection Device”
25. FILLING OF QUESTIONNAIRE/SCHEDULES
All the Questionnaire / Schedules along with specification are enclosed for technical/
commercial terms & conditions. It is compulsory on the part of the bidder to furnish all details
as sought in these. In case, these are not filled in and enclosed with the offer, the Bid will be
rejected.

26. DEVIATIONS FROM TERMS & CONDITIONS


Offers with deviations in the terms of payment, liquidated damages, security deposit and
performance guarantee are liable to be rejected out rightly.

27. AUTHORISATION/LOCAL REPRESENTATIVE


Only authorized representative, possessing necessary authority letter (on Rs. 50/- non judicial
stamp paper) from the bidder/supplier who have participated in the tender shall be allowed to
attend the tender opening and further submission/collection of documents in the event of order.
28. CHANGE OF QUANTITY
The quantity indicated in the Schedule-I (Price & Quantity) is tentative and purchaser reserves
the right to change the quantities of any or all items to the any extent for award of
order/Purchase Order, as may be necessary, based on Purchaser's judgment/requirement. No
correspondence shall be entertained into, neither discussed regarding change in quantity, nor
any reason will be assigned thereof.
29. SETTLEMENT OF DISPUTES AND ARBITRATION
If any dispute of any kind whatsoever shall arise between the Purchaser and the Supplier in
connection with or arising out of the Purchase Order, the parties shall seek to resolve any such
dispute or difference in opinion, to the extent possible, amicably by mutual consultation. If the
parties have failed to resolve their dispute or difference by such mutual consultation, then the
dispute shall be referred in writing by either party to initiate the Arbitration process.
The arbitration shall be conducted as per provision of The Madhya Pradesh Madhyastha
Adhikaran Adhiniyam 1983, as amended from time to time, and of the rules made there under.
The Arbitrators or the Umpire as the case may be, are bound to give a detailed speaking award
assigning reasons for the findings. The decision of MP Madhyastha Abhikaran Adhinium shall
be final and binding up on the both parties
Supplies under the Purchase Order shall be continued by the Supplier during the arbitration
proceedings, unless otherwise, directed in writing by the purchaser or unless the matter is such
that the work cannot possibly be continued until the decision of the Arbitrator or of the
Umpire, as the case may be, is issued.
The arbitration proceeding if any shall be strictly held at the head quarter of Purchaser at
Bhopal.
30. The Purchaser reserves the right to accept/reject wholly and partly any tender without
assigning any reason, whatsoever. No correspondence in this regard shall be entertained by
the Purchaser.
31. ACCEPTANCE OF TENDER
i. The Purchaser may reject any or all tenders or to accept any tender considering
advantageous to Purchaser whether it is the lowest offer or not.
ii. The Purchaser may split the quantities against the tender on more than one firm for the
same item. No reasons shall be assigned by the Purchaser for this and the same will be
binding on the bidders.

17
Tender Specification No MD/MK/04/895 “Repairing & Testing of BGP failed Distribution Transformer
along with Installation of Automatic ON-OFF DTR protection Device”

NOTE: The other terms & conditions of the tender as described in Annexure-III of Part-II (General
Terms & Conditions of Purchase) and Annexure-IV: General terms and condition of Rate
Contract shall also be applicable.

Chief General Manager (Proc.)


M.P.M.K.V.V. Co. Ltd., Bhopal

18
Tender Specification No MD/MK/04/895 “Repairing & Testing of BGP failed Distribution Transformer
along with Installation of Automatic ON-OFF DTR protection Device”

ANNEXURE-II
ELIGIBILITY CRITERIA & EVALUATION METHODOLOGY

1. Qualification Criteria

1.1. BASIC QUALIFICATION OF BIDDERS:


i. This bidding is open for transformer manufacturers/ repairers only (Joint Venture in any
form shall not be allowed to participate) who provide satisfactory evidence that:-
ii. That they are qualified transformer manufacturers/repairers who regularly
manufacture/repair the materials/ equipment of the type specified and have adequate
technical knowledge and practical experience.
iii. That they do not anticipate change in the ownership during the proposed period of Purchase
Order (if such a change is anticipated, the scope and effect thereof shall be defined).
iv. That they have adequate financial stability and status to meet the financial obligations
pursuant to the scope of the assignments.
v. That they have adequate plant and manufacturing capacity available to perform the
assignment properly and expeditiously within the time period specified.
vi. The Bidder must be registered under GST Act and should produce copy of the GST
registration certificate, failing which offer shall be rejected. However, if it is under taken by
the bidder that GST registration is under process, in such case the price bid shall be
considered for opening but the award will not be issued till registration under GST not
submitted.

2. ELIGIBILITY CRITERIA

A. Technical criteria -
i. The bidder should be a manufacturer/repairer of 11/0.433 KV distribution transformers &
should have adequate facility to manufacture / repairing / testing of distribution transformer.
ii. The bidder should have supplied at least 200 Nos. New 11/0.433 KV distribution transformers
(25 KVA & above) in past 36 months from the date of opening of tender directly to any of the
Discom‟s of MP/SEBS/any state Power utility engaged in business of distribution of power
supply or through turnkey to the Discom of MP.
OR
The bidder should have repaired and supplied at least 200 Nos.11/0.433 KV distribution
transformers (25 KVA & above) in past 36 months from the date of opening of tender against
the rate contract awards issued by any of the Discom‟s of MP/SEBS/any state Power utility
engaged in business of distribution of power supply.

iii. The bidder‟s failure rate of DTRs in last supply order/rate contract award issued by the
purchaser for repair should not be more than 12%. The failure percentage will be calculated as
ratio between transformer failed in field to the total transformer issued to the field of a given
bidder during the period of last supply order/rate contract award.

Explanation- The supply order refers to vendors supplying new Transformers and period of
RCA refers to vendors supplying repaired transformers.

19
Tender Specification No MD/MK/04/895 “Repairing & Testing of BGP failed Distribution Transformer
along with Installation of Automatic ON-OFF DTR protection Device”

iv. The Bidder should not have any WGP failed transformers pending for repair either at
Purchaser‟s Area Store or with them not more than 45 days old as on date of opening of
tender.
v. The Bidder should not have any BGP failed transformers pending for repair with them for a
period of 3 Months from the date of its lifting from the Area store.

In support of above, the bidder shall require to submit an undertaking as prescribed in


Schedule-XIII of the Tender.

The Bidders who qualify the criteria at Sl. No. 2 (ii) shall participate as Regular Bidder and the
bidder who do not qualify the criteria at Sl. No. 2(ii) shall participate as New Bidder and the
same shall be clearly specified /declared in Schedule-XII failing which their offer shall be
liable for rejection. The criteria at Sl. No. 2 (iii), 2(iv) & 2(v) shall be complied by both New
& Regular Bidder. The New Bidder should however have all the Plant & Machinery and
testing facilities required for repairing of transformers.
B. Financial criteria:
(i) The bidder must have adequate financial stability and status to meet the financial obligations
pursuant to the scope of the assignments. (The Bidders should submit copies of their profit and
loss account and balance sheet for the last financial year, duly audited wherever applicable, for
ascertainment of the same).

(ii) Minimum Working Capital of the Regular Bidder as per Audited Balance Sheet of the last
financial year /Bank Utilization Certificate – Fund Based (Not more than 30 days from the date
of opening of Tender) should be minimum of Rs. 10 lakhs and for new bidder it should be Rs. 5
Lakhs.

In support of above Bidder shall require to submit a Certificate issued by a CA against financial
criteria of the Tender Specification.

3. CONFLICTING INTEREST

Bidder shall not have a conflict of interest with one or more parties. Participation by bidder(s)
with a conflict-of-interest situation will result in the disqualification of all bids in which it is
involved. Purchaser considers a conflict of interest to be a situation in which a party has
interest that would improperly influence that party‟s performance of official duties or
responsibilities, contractual obligations or compliance with applicable laws and regulations,
and that such conflict of interest may contribute to or constitute a prohibited corrupt practice.
A bidder may be consider to be in a conflict of interest with one or more parties if including
but not limited to :-

i. If he has, controlling stake (greater than 26% of shares with voting rights or power to
appoint majority of directors) either through himself or through family members limited
to spouse, son, daughter, father, mother, brother or sister,
ii. The bidders shall be requested to furnish following documents in this regard:-
a) Copy to latest Income Tax return/Permanent Account Numbers (PAN) of all the
partners/Directors (in case of company) along with names, addresses and telephone
Nos. / Mobile Nos. of each Partner/Director.
b) Latest partnership/ownership deed of the firm quoting the tender.

20
Tender Specification No MD/MK/04/895 “Repairing & Testing of BGP failed Distribution Transformer
along with Installation of Automatic ON-OFF DTR protection Device”

c) Copy of list of directors (in case of a company) with names, addresses and telephone
Nos./Mobile Nos. of each director.
d) Power of Attorney to sign the tender documents and all correspondence before and
after placement of order.
e) Regarding Serving Officer(s) or Employee(s) of the MP Discom
The Bidder shall confirm that no Serving Officer(s) or employee(s) of the MP Discom
is/are Proprietor/Partner(s)/Director(s) of the firm/company or having controlling
shares or has controlling interest in the firm. The Bidder shall also confirm that no
Proprietor/Partner(s)/Director(s) of the firm/company has any close relationship
(spouse, son, daughter, father, mother or brother) with any serving or Employee(s) of
the MP Discom.

The bidder must submit the undertaking as per schedule-VIII. In case of hiding of the facts or
submitting wrong declaration the appropriate action shall be taken against the bidder.

4.COMPUTATION OF L-1 RATES :-

i. Rates per DTR for Lump-sum unit cost for repairing of Transformers as per complete
scope of work as detailed given in ANNEXURE-VAin the tender including To & Fro
transportation charges up to 50 KMs and Transformer Oil (in Rs. per DTR) and Credit
towards scrap of old HV (Alluminium) Coils, defective /damaged fittings to be retained
by the repairer (in Rs. Per DTR) are fixed as per rate finalized in RCA 781-No.
MD/MK/04/P-II/TS-781/1391, Bhopal, dated: - 06.09.2022.

ii. Bidders are only required to quote the rates per DTR for lump-sum unit cost for
Design Testing Supply & Installation of LT side AUTOMATIC ON-OFF DTR
PROTECTION DEVICE with complete fitting along with all accessories & ON and
OFF indicating lamp enclosed in a fabricated metal box which should be welded &
fitted Externally at LT Side of DTR including Cost of Fabrication and installation
of metal box with all required material like metal sheet, LT bushing, studs etc.
including welding, labor and transportation charges (for Installation/fitting of LT
side Automatic On-Off Device externally at LT Side of DTR) including seal and
sealing cost per AUTOMATIC ON-OFF DTR PROTECTION DEVICE fabricated
box.

iii. The evaluation will be done on the basis of lowest net repairing (rate as per of
RCA-781-No. MD/MK/04/P-II/TS-781/1391, Bhopal, dated: - 06.09.2022) and
device providing cost as quoted by the bidders in Schedule-I (A) for different
rating of Transformers and these rates become a lowest acceptable rate against the
tender for each rating and this lowest rate shall offer to all the eligible bidders.

iv. The lowest rates towards Uneconomical (UEs) are fixed as per rate finalized in
RCA 781-No. MD/MK/04/P-II/TS-781/1391, Bhopal, dated: - 06.09.2022 against
this tender and shall be offered to all the eligible bidders.

v. The New firms shall not require quoting their rates in price schedule. They shall
mention 0.00 in Price Column of the Price bid. If New Bidder quotes any price
other than 0.00 in Price column of the Price Bid then their Bid will be rejected and
the prices quoted by them shall be considered as Null and void.

21
Tender Specification No MD/MK/04/895 “Repairing & Testing of BGP failed Distribution Transformer
along with Installation of Automatic ON-OFF DTR protection Device”

5.PRICE CONSIDERATION ZONE(UP TO 15% ABOVE LOWEST EVALUATED


RATEOF SCHEDULE-I (A)

Price Consideration Zone refers to all the offers of bidders, who are eligible as per tender
conditions and their quoted net repairing cost including taxes are within 15% above the Lowest
evaluated Rate of Schedule-I (A). The Bidders whose offers for any or all rating (s) is/are within
Price Consideration Zone shall only be eligible for issue of counter offer.

6. ALLOCATION OF REGION :
Regions for allotment of DTR for repair shall be allocated on cost to company basis. In no way
any of the transformer repairer shall allocate more than one region.

7.SNAP BIDDING
i. In case the Purchaser opts for snap bidding, then all the initial Price Bids shall be discarded
by the purchaser and shall invite all the bidders, who were technically qualified, to submit
the new Price Bids as per terms and conditions of the bidding document. The timeline for
submission and price bid opening of such price bids shall be intimated separately to all
such Bidders by the Purchaser. Bidders submitting new Price Bids electronically shall
follow the electronic bid submission procedures specified in the bid document for
resubmission of Price Bids.The quoted price in the Price bid shall not be allowed to be
increased above the L-1 rates. If any bidder bids above the lowest evaluated price during
the initial bidding, his bid shall be treated as non-responsive and bidder shall not be
considered for award.
ii. In case any of the invited technically qualified bidder does not submit new Price Bid
during the snap bidding then he shall not be considered for any further evaluation by the
Purchaser.
iii. Re-submitted new Price bids shall be again evaluated by the Purchaser as per terms and
conditions of the bidding document. The Purchaser shall evaluate the price bids and derive
the lowest evaluated bid (L1). However, in case, even after submission of new price bids
by the bidders, the Purchaser has right to reject the lowest Evaluated Bid Price. If the bid is
rejected by the purchaser then the entire bidding process shall be annulled.

8.Purchaser reserves the right to accept/reject wholly or partly and tender without assigning any
reason what-so-ever. No correspondence in this regard shall be entertained by the Purchaser.

Chief General Manager (Proc)


O/o MD, MPMKVVCL, Bhopal

22
Tender Specification No MD/MK/04/895 “Repairing & Testing of BGP failed Distribution Transformer
along with Installation of Automatic ON-OFF DTR protection Device”

ANNEXURE-III

GENERAL TERMS AND CONDITIONS OF PURCHASE


1. DEFINITIONS
In this bid document (including all the annexures & Schedules), unless the context otherwise
requires, the terms given below shall have the following meanings assigned to them:

(i) “Addendum” shall mean any other document issued to the bidders in addition to the bid
document by the Purchaser in the context of this bidding process.

(ii) “Agency” shall mean the successful bidder who has received the Letter of Award from the
Purchaser to execute the Purchase Order.

(iii) “Bid/Tender” shall mean the proposal/document that the bidder submits in the requested and
specified form as mentioned in bid/tender documents.

(iv) “Bidder” shall mean the firm/manufacturer who quotes the offer against a tender or enquiry.

(v) “BG” shall mean Bank Guarantee.

(vi) “Companies Act” shall mean The Companies Act, 1956 (as amended or replaced from time to
time).

(vii) “Competent Authority” shall mean the authorized person of the Purchaser.

(viii) “Division office” Manage and control working of Sub-division office/DCs. Division Office
operates under Circle office and have a number of Sub-division office/DCs.

(ix) “EMD” shall mean Earnest Money Deposit.

(x) “Instruction” shall mean any drawings and/or instruction in writing, details, directions and
explanations issued by the Purchaser from time to time to Agency.

(xi) “Purchaser” shall means Madhya Pradesh MadhyaKshetra Vidyut Vitran Company Limited,
Bhopal.
(xii) “MPMKVVCL” shall means Madhya Pradesh MadhyaKshetra Vidyut Vitran Company
Limited, Bhopal.

2. PRICES AND STATUTORY LEVIES


(i) It is obligatory that FOR destination FIRM or VARIABLE price as specified in Annexure-IV:
General Terms and Conditions of Rate Contract is quoted, clearly giving break-up in the
following elements: -

(a) Unit Ex-works / Ex-godown rate including packing.


(b) Goods and Service Tax GST as applicable: -
(i) CGST and SGST; or
(ii) IGST
(c) Forwarding & Freight-Insurance Charges.
(d) Any other levy / taxes. The details and rate to be specified.

23
Tender Specification No MD/MK/04/895 “Repairing & Testing of BGP failed Distribution Transformer
along with Installation of Automatic ON-OFF DTR protection Device”

(e) In case of exemption from Tax, documentary evidence shall be furnished with the
offer.
(f) The prices shall be quoted exactly as per the price schedule enclosed with the tender
specification, including all elements. In absence of this, the offer shall be liable for
rejection.
(ii) Any charge as may be applicable as per law in force, must be clearly specified otherwise any
of such silent charges, shall not be payable in the event of an order.
(iii) The basic order shall be placed on Ex-factory price inclusive of packing and forwarding
charges. GST shall be paid on elements of Ex-factory price and Freight charges.
(iv) The payment of statutory levies such as CGST & SGST or IGST against the Purchase Order
shall be made on the basis of rates prevailing during the contractual delivery period only and
on applicable quantity due, to be actually delivered as per delivery schedule of Purchase
Order. In case concessional rate of statutory levies are quoted by the bidder, then the same
shall be paid limited to the quoted rate. In that case the payment of statutory levies against the
Purchase Order to all concerned government departments or any other organization will be the
sole responsibility of supplier on the basis of rates prevailing during the contractual delivery
period as per schedule of Purchase Order, as well as for any supplies made after the
contractual period. Any liability raised by the government authorities due to any difference in
the amount payable and consequences thereof the purchaser will not be responsible for any
sustained damages by the supplier.
(v) In case, supplies against the Purchase Order are affected late i.e. beyond contractual delivery
period and rate of GST undergoes upward revision, the payment will continue to be made only
on the basis of rates prevailing during the contractual delivery period. However, in case the
rate of statutory levy (ies) undergoes, downwards revision then the delayed supplies beyond
contractual delivery period will attract the reduced rate of statutory levy (ies).
(vi) In case of delay in supply, if the supplier is able to prove that the delay involved is due to
force majeure conditions, as detailed in the “Force Majeure” clause, supported with suitable
documentary proofs and in case the delay is condoned with specific approval for payment of
statutory levies during extended period, supplementary claim for GST shall be accepted and
payment shall be released, accordingly.
(vii) Pending decision on the request of the supplier, for condition of the delay in delivery, the
supplier will claim GST as per the rates prevailing during the contractual delivery period. In
case, this is not done, all financial losses will be to supplier‟s account.
(viii) GST registration number of MPMKVVCL is 23AADCM6799G2Z4
(ix) If any rates of Tax are increased or decreased, a new Tax is introduced, an existing Tax is
abolished, or any change in interpretation or application of any Tax occurs in the course of the
performance of Purchase order, which directly impacts tax liability of Agency in performance
of this Purchase order, an equitable adjustment of the Purchase order value shall be made to
take into account any such change by addition to the Purchase order value or deduction
therefrom, as the case may be. However, decision of the Purchaser would be final in this
regard”.
(x) In case of difference in the quoted HSN Code/Service Accounting Code and quoted rate of
GST, final decision of the MPMKVVCL, Bhopal shall prevail.
3. TRANSIT RISK
(i) Responsibility regarding covering of risks during transit of material shall entirely be on the
supplier. The Purchaser shall, in any case, not bear the transit risks/ transit insurance charges.

(ii) Transit damages/ shortages/ losses shall be reported by the consignee within 30 days from the
receipt of the consignments. Such damages/shortages/losses shall be repaired/ replaced by the
suppliers, free of cost within one month from the date of intimation by the consignee without

24
Tender Specification No MD/MK/04/895 “Repairing & Testing of BGP failed Distribution Transformer
along with Installation of Automatic ON-OFF DTR protection Device”

awaiting for his settlement from carrier or Insurance Purchaser etc. If the supplier fails to do
so the consignee(s) shall be free to get the repair work done from other sources and they shall
be free to recover the cost of such material/ expenses of repairs either from the supplier‟s
balance bills or from the security deposit as deemed fit.
(iii) While the necessary assistance shall be rendered by the consignee in lodging and processing
the claims with carriers and the supplier's insurance underwriters, the responsibility shall rest
with the supplier to immediately make good the shortages/ losses/ damages, without any extra
cost and without waiting for the settlement of the claim.
(iv) Replacement of goods lost/ broken or damaged including loss due to fire:-
Notwithstanding anything here-in contained, the supplier shall undertake responsibility for the
safe arrival of the material in good condition and without any loss or damage at the final
destination and until the same is actually delivered to/ received by the Purchaser at its stores or
other places of final destination. For this purpose, material carried by Railway or Road
transport or other carriers shall be deemed to be so carried at the risk of the suppliers. In the
case of transport damages/shortages, the payment shall be made only for the quantity received
in good and working condition and consignee shall lodge claim with the suppliers/ carrier with
all necessary documents for settlements of the same with the carriers at supplier's end.

4. PACKING AND FORWARDING


(i) The supplier shall be responsible for the Stores being sufficiently and properly packed at his
expense for transport by rail, road or sea, so as to ensure them being free from loss/damage
due to handling and transport to the destination.

(ii) Each package shall be prominently and distinctly marked on at least two faces, indicating the
full address of the consignee, destination station, name of material, purchaser‟s order number,
weight and volume of the package etc.

(iii) Each package shall contain in a water proof cover, detailed description indicating the order
reference and date and list of the contents. Each item contained in the package or box shall be
described sufficiently to enable easy identification. The quantity, weight etc. shall also be
given.

(iv) The packing shall conform to the specification, rules and regulations prescribed by the
underwriters, railways, Transport Agencies. In case of any loss/damage to the consignment
due to non-standard packing, the same shall be made good free of all charges to Purchaser by
the supplier. All provisions of this clause shall apply whether the disrupting cause is total or
partial in its effects upon the ability of supplier to perform.

5. MODE OF DISPATCH
The bidder should clearly indicate mode of dispatch for the material. In case of dispatch
through rail, the material is to be booked for respective destination railway station. In case of
dispatch through road transport, the material should be dispatched through bank approved road
transporter on door delivery basis only.

6. SUBMISSION OF DRAWING AND LITERATURE


All the relevant drawings shall be submitted immediately after placement of order for
approval. One set of drawing, Descriptive Literature and instructions Manual for Erection,
Commissioning and maintenance of the equipments ordered, shall be supplied to each
consignee.

25
Tender Specification No MD/MK/04/895 “Repairing & Testing of BGP failed Distribution Transformer
along with Installation of Automatic ON-OFF DTR protection Device”

7. DISPATCH
The supplier shall not dispatch the material unless specific dispatch instructions are issued by
the Purchase Section of Purchaser or any other authorized officer of the Purchaser.

8. FORCE MAJEURE

Force majeure condition is herein defined as:-

(i) Natural phenomena, such as floods, draughts, earth-quakes and epidemics.

(ii) Act of any Government Authority, domestic or foreign, such as war, quarantines, embargoes,
licensing control or production or distribution restrictions.
(iii) Accident and disruptions such as fires, explosions, increase in power cut with respect to date
of tender opening, break-down of essential machinery or equipment‟s etc.
(iv) Strikes slow down, lockouts continuing for more than three (3) weeks.
(v) Failure or delay in the supplier's source of supply due to force majeure causes enumerated at
(a) to (d) above, provided the supplier produces documentary evidence to show that there
were no other alternative sources of supply available to him or if available, the lead time
required was likely to be longer than the duration of the Force Majeure at the normal source
of supply.
(vi) Any cause which is beyond the reasonable control of the supplier or purchaser as the case
may be.
All the provisions of this clause shall apply whether the disrupting cause is total or partial in
its effect upon the ability of the supplier to perform.

NOTE:- The cause of force majeure condition will be taken into consideration only if the
supplier within 15 days from the occurrence of such delay notifies. The Purchaser shall
verify the facts and grant such extension as the facts justify. For extension of delivery
period on account of force majeure conditions, the supplier shall submit his
representation with documentary evidence for scrutiny by the purchaser and decision of
the Purchaser shall be binding on the firm.

9. RECOVERIES FOR LIABILITIES AGAINST OTHER CONTRACTS/ORDERS


All amount recoverable from the successful bidders against any earlier or subsequent
contracts/orders including contracts/orders placed on sister concern by the Purchaser will be
adjusted/ recovered from any type of payment due against the contracts/orders that may be
awarded under this specification OR any other contract(s)/order(s) including the
contracts/order placed on sister concern firms placed by Purchaser against other tender
specification for the same or the other items.

The Purchaser shall have the option to recover the outstanding dues / liability, if any, against
the firm against any contracts / orders from the firm‟s bills / payments due against the orders /
contract placed by other successor Companies formed on restructuring of MPSEB, which shall
be binding on the bidders

10. FALSE/WRONG INFORMATION/DOCUMENT SUBMITTED BY BIDDER


In case, at any stage, if any information/document as submitted by bidder/Supplier is found
false/ forged or incorrect, the purchaser shall be free to take any punitive / legal action against
the bidder/supplier (s) which may include debarring from the future business with MP
DISCOMs.

26
Tender Specification No MD/MK/04/895 “Repairing & Testing of BGP failed Distribution Transformer
along with Installation of Automatic ON-OFF DTR protection Device”

11. CANCELLATION/TERMINATION OF ORDER


The Purchaser may upon written notice of default, terminate/cancel the purchase order in
whole or for a part quantity with recovery of liquidate damages at the rate of 10% of ex-works
price(s) of stores not delivered by them or liability on account of risk and cost, whichever is
higher in the circumstances detailed hereunder:-
11.1. If in the opinion of the Purchaser, the supplier fails to deliver the material within the time
specified or during the period for which extension has been granted by the Purchaser.
11.2. If in the opinion of the Purchaser, the supplier fails to comply with any of the other
provisions of this order or material is found not in accordance with prescribed
specifications and or the approved samples.
11.3. If in the opinion of the Purchaser, the supplier fails to take urgent steps towards corrective
measures as indicated/intimated to them.
11.4. In pursuance to clause no. 11.1, 11.2 & 11.3 Above, Purchaser may debar the supplier for
further business with Purchaser for a declared period on breach of the Purchase Order.
11.5. Notwithstanding that the powers under clause 11.4 referred to above, are in addition to the
rights and remedy available to the Purchaser under the general law of India relating to
Contract.
11.6. In the event, Purchaser does not terminate the order, the supplier shall continue execution
of this order, in which case he shall be liable to the Purchaser for liquidated damages for the
delay as per applicable clause until supplies are accepted.
12. REDUCTION OF RATE DUE TO SUBSEQUENT TENDER
As a result of opening of the subsequent tender of the purchaser, if the rates received for the
same item(s) are found to be lower, then the balance ordered quantity as on date of opening of
price bid excluding the quantity which has already been offer for pre dispatch inspection, may
be accepted at the lower rates only. If the supplier does not agree to supply the balance
quantity at the lower rate, the order will be cancelled by the purchaser without liability on
either side provided the ordered delivery period of the balance quantity is existing, otherwise
the provision of the clause named “Cancellation/Termination of Order” shall be applicable.
13. JURISDICTION
Any dispute or difference, arising under, out of, or in connection with this tender/ Purchase
order shall be subject to exclusive jurisdiction of competent court at Bhopal only.
14. CORRESPONDENCE:-
Copies of all important correspondence on subject should be sent to Regional CGM, CFO
MPMKVVCL Bhopal, the concerned consignee and to this office.
15. FACTORY INSPECTION
The purchaser will carry out factory inspection of all the firms before placement of Rate
Contract Award. The firms have to provide all necessary cooperation at time of inspection.
The factory inspection of all the Firm shall be carried out by the Company‟s representative (s)
prior to placement of rate contract award on them with the view of ascertaining whether they
are qualified repairer and having adequate facilities, technical knowledge for repairing of
Distribution Transformers. The satisfactory report of factory inspection of all firms shall be an
essential requirement for them. The firm has to deposit Rs. 10,000/- towards inspection fee.
The Factory Inspection shall be processed through Online Portal of the Disocm.

Chief General Manager (Proc.)


M.P.M.K.V.V. Co. Ltd., Bhopal
27
Tender Specification No MD/MK/04/895 “Repairing & Testing of BGP failed Distribution Transformer
along with Installation of Automatic ON-OFF DTR protection Device”

ANNEXURE-IV

GENERAL TERMS AND CONDITIONS OF RATE CONTRACT AWARD FOR


REPAIRS AND TESTING OF 11/0.433 KV DISTRIBUTION TRANSFORMERS
ALONGWITH DESIGN, SUPPLY & INSTALLATION OF AUTOMATIC ON-OFF
DTR PROTECTION DEVICE (INSTALLED EXTERNALLY AT LT SIDE OF DTR)

1. SCOPE OF CONTRACT

This specification covers repair and testing of Non-star (New/old design)/ Level-1/ Level-2
11/0.4kV failed/defective Al wound distribution transformer of capacity 25 KVA (1700
NOS), 63 KVA(1500 Nos.), 100 KVA ( 600 Nos.) & 200 KVA (200 Nos.) along with
Design, Supply & Installation of Automatic On-Off DTR Protection Device (enclosed in
a metal box & installed externally at LT side bushing of DTR) with complete fitting
along with all accessories & ON-OFF indicating lamp) lying in various Area Stores of the
PURCHASER as per complete scope of work as detailed here under.

Rates per DTR for repair and testing are fixed as per rate finalized in RCA 781-No.
MD/MK/04/P-II/TS-781/1391, Bhopal, dated: - 06.09.2022 and bidders will have to repair
and test the Transformer at this rate along with additional cost per DTR as finalized on the
basis of lowest rate quoted for Design, Testing, Supply & Installation of LT side
AUTOMATIC ON-OFF DTR PROTECTION DEVICE with complete fitting in a fabricated
metal box along with all accessories and L&T charges with different taxes.
.

2. Works involved in repair of conventional transformers on lump sumbasis.

i. Lump sum repairing charges of a Non-star (New/ Old design)/ Level-1/ Level-2
11/0.4kV failed/defective Al wound distribution transformer will be right from
lifting defective unit from Area Store to its delivery after repairs and testing along
with installation of Automatic On-Off DTR Protection Device which comprises of
the following works: -
ii. Transportation of the defective transformer from Area Store to the firm‟s work,
opening of transformer cover, un tanking core and coil assembly, cleaning, washing
of dust and dirt etc. from all parts including core, tank, cooling tubes, radiators,
replacement of all HV leg coil by identical new DPC coil with identification mark
by polyester strips and reconditioning of all 3 LV leg coils, providing new HV
bushing/LV bushing, HV/LV metal parts, silica gel breather, bimetallic clamps, oil
level gauge, tapping switch and its handle in case of 200 KVA transformers, (if
available in defective unit), oil drain/filter valve, air release plug and any other part
which may require replacement, minor repairing in radiator, tank and conservator
etc.
iii. Design, Supply & Installation of Automatic On-Off DTR Protection Device with
complete fitting along with all accessories & ON and OFF indicating lamp, enclosed
in a metal box and fitted externally at LT Side of DTR.

iv. Fabrication and installation of metal box with material (metal sheet, LT bushing,
studs. including welding, labour and transportation ( use for Installation/fitting of LT
side Automatic On-Off Device externally at LT Side of DTR)

28
Tender Specification No MD/MK/04/895 “Repairing & Testing of BGP failed Distribution Transformer
along with Installation of Automatic ON-OFF DTR protection Device”
v. Painting of transformer from inside as well as outside as specified in the contract.

vi. After complete repairing and assembly it‟s testing as per relevant IS in presence of
the Purchaser‟s representative and delivery at Area Store in good condition.

vii. All the defective damaged parts, fittings/equipment together with scrap HV leg
coil shall beretained by the firm.

viii. All repairing work should be done as explained in “Technical Specification for
repairs and testing of 11/0.433 KV distribution transformer along with Design,
Supply and installation of Automatic On-Off DTR Protection Device” of the tender.

ix. The New Silica Gel Breathers, HT & LT Bimetallic Clamps shall be provided in
each DTRseven the same are not already available.

3. VALIDITY PERIOD OF CONTRACT

Rate contract award shall remain in force for a period of 2 years from the date of issue of
contract. This period of rate contract may be extended for a period of one year or more on
same rates, terms & conditions. However, in case the performance of repaired transformers i.e.
including percentage rate of failure during the currency of the Contract at any time is found to
be unsatisfactory, the PURCHASER shall have the right to cancel the award for the remaining
period of the rate contract.

4. PRICES

i. Rates per DTR for Lump-sum unit cost for repairing of Transformers as per complete
scope of work as detailed given in ANNEXURE-V-A in the tender including To & Fro
transportation charges up to 50 KMs and Transformer Oil (in Rs. per DTR) and Credit
towards scrap of old HV (Alluminium) Coils, defective /damaged fittings to be
retained by the repairer (in Rs. Per DTR) are fixed as per rate finalized in RCA 781-No.
MD/MK/04/P-II/TS-781/1391, Bhopal, dated: - 06.09.2022 and these rates also mentioned
in Price Schedule Schedule-I (A) of the Tender.

ii. The bidders shall require to quote only the rates per DTR for lump-sum unit cost for
Design, Supply, Testing & Installation of AUTOMATIC ON-OFF DTR
PROTECTION DEVICE at LT side with complete fitting along with all accessories &
ON and OFF indicating lamp enclosed in a fabricated metal box which should be
welded & fitted Externally at LT Side of DTR including Cost of Fabrication and
installation of metal box with all required material like metal sheet, LT bushing, studs etc.
including welding, labour and transportation charges (for Installation/fitting of LT side
Automatic On-Off Device externally at LT Side of DTR) including seal and sealing cost
per AUTOMATIC ON-OFF DTR PROTECTION DEVICE fabricated box as per complete
scope of work detailed in the Tender in Schedule-I (A) Price Schedule.
iii. The prices quoted by them in Schedule –I (A) shall include to & fro transportation
charges upto 50 Kms and including of cost of transformer oil & Design, Supply &
Installation of Automatic On-Off DTR Protection Device with complete fitting along
with all accessories & ON and OFF indicating lamp, enclosed in a metal box and fitted
externally at LT Side of DTR. It shall also include Fabrication and installation of metal box
with material (metal sheet, LT bushing, studs i.e. including welding, labour and
29
Tender Specification No MD/MK/04/895 “Repairing & Testing of BGP failed Distribution Transformer
along with Installation of Automatic ON-OFF DTR protection Device”
transportation used for Installation/fitting of LT side Automatic On-Off Device externally
at LT Side of DTR).The prices quoted by them in Schedule-I (A) shall be variable without
any ceiling either on positive or negative side as per Price Variation Formula as annexed in
Annexure-VI. The Price Variation shall be limited to the contractual deliveryperiod only.

iv. The charges of uneconomical transformer are fixed as per rate finalized in RCA 781-No.
MD/MK/04/P-II/TS-781/1391, Bhopal, dated: - 06.09.2022 mentioned in Schedule-I (B)
separately in the Tender.

5. PRICE VARIATION
Price Variation shall be payable as under:-

i. Price Variation shall be payable when the supply is made within contractual delivery
period.
ii. For the purpose of calculation of PV, the date of offer shall be the date on which the
material is notified to be ready for inspection, if the material is passed in inspection
iii. No upward price variation shall be payable beyond the contractual delivery period
where the supplier is responsible for the delay and payment shall be restricted to
the original order price only. However, any downward variation in the prices on the
actual date of delivery shall be recoverable from the firm.
iv. For preparation of price variation indices as applicable on the first day of the month
priorto the month of delivery shall be considered.
v. The price variation shall be payable as per Price Variation Formula of the tender.

6. TRANSPORTATION CHARGES

In case to & fro transportation for repair of DTR exceeds beyond 50 Kms. the transportation
charges for 51 Kms to 500 Kms shall be payable as under and beyond this shall be borne by the
repairer :-

S. Capacity of Transformers To &fro transportation charges including


No. loading/unloading and GST as applicable
(Rs. Per DTR per Km. )

1 25 KVA 1.63
2 63 KVA 1.80
3 100 KVA 1.94
4 200 KVA 2.61

7. USE OF TRANSFORMER OIL

New Transformer Oil Type II shall be used by the repairing firm from their own source for repair
of transformers. Normally no Transformer Oil shall be issued from MPMKVVCL, Bhopal:-
The repairer firm must consider the cost of transformer oil in their quoted prices against each
rating of the DTRs in Schedule-I.

Note: No transformer oil shall be provided by the DISCOM, for any type “or” any capacity
of DTRs.

30
Tender Specification No MD/MK/04/895 “Repairing & Testing of BGP failed Distribution Transformer
along with Installation of Automatic ON-OFF DTR protection Device”

8. SUBMISSION OF BILLS
All the bills shall be pre-receipted and shall be submitted in triplicate for the amount above Rs.
15.00 Lakh to the Chief Finance officer and upto Rs.15.00Lakh to the respective Sr.Account
Officer / Regional Accounts Officer for payment as per Delegation of Power.
i. The firms will be required to submit following documents to the paying Authority along with
the bills in triplicate.
(a) Xerox copy of Material Receipt Certificate (M.R.C.) issued by consignee Area Store.
(b) Copy of dispatch instruction issued by Regional CGM.
(c) GST registration certificate number and date allotted to the firm under GST Act should be
indicated on the bill.
ii. The original M.R.C. will be forwarded by the consignee Area Store to the payment
Authority under intimation to the supplier towards acknowledgement of receipt of repaired
transformer. For issue of MRC by the consignee, following procedure shall be adopted: -
(a) Consignee should clearly indicate the following on the MRC:
(i) Whether oil has been provided by the Purchaser or the firm has used their own oil.
(ii) Repaired transformer is non-star (new/ old design) or Energy Efficient Level 1/Level 2.
(b) The outstanding liability towards non-repair of transformer failed within guarantee period if
any shall be indicated on MRC itself by the Officer In-charge Area Store with advice to paying
authority for its recovery from the repairer‟s pending bills.
(c) Any other liabilities due on the repairer firm shall also be indicated on the MRC by the Officer
In-charge Area Store.

9. PAYMENT
9.1. Subject to completion of all contractual formalities, 100 % payment along with taxes as
applicable corresponding to the consignment would generally be made within 45 days from
the date of receipt of DTRs under the allotment order. The Company shall not be liable for
payment of any interest on delayed payment.

The repairer while claiming for 100% payment shall have to certify that the prices as charged
have not undergone any downward variation on account of IEEMA circulars & that the claim
for upward variation will be submitted separately to the concern Account offices. It is the
responsibility of paying authority to recover the amount towards negative PV if any from the
payment of subsequent bill.

The supplier shall forward the original RR/MTR and way bills as per GST as applicable
directly to consignee along with copies of following documents : -
i) A copy of bill
ii) Delivery Challan
iii) Original copy of way bills (wherever applicable) along with a photocopy
iv) Detailed packing list, if required.

9.2. The original bills should be forwarded to the paying authority immediately after delivery of
material at area store and should be marked "ORIGINAL". The bill should indicate GST
Registration Number and date allotted to him under GST Act.

9.3. The following documents will have to be forwarded to the paying authority along with bills in
triplicate : -

i) Bill/ Invoice.
ii) Xerox copy of dispatch documents i.e. RR/ MTR etc.
31
Tender Specification No MD/MK/04/895 “Repairing & Testing of BGP failed Distribution Transformer
along with Installation of Automatic ON-OFF DTR protection Device”
iii) Dispatch clearance/instructions.
iv) Copy of way bills (wherever applicable).

9.4. For payment, the invoice in triplicate with relevant documents such as Material Receipt in
good condition etc. should be submitted to the concern Sr. RAO / RAO.
(a) Invoice to be issued by repairer :- On receipt of invoice RAO must ensure –
(i) That the invoice is submitted by the repairer in the format as per Director (F&A)
Circular No. 717 dated 13.07.2011.
(ii) The invoice must clearly indicate-
a. Value of new material supplied and repairing charges by the repairer.
b. GST rate and amount applicable on material supplied &labour charges by the
Repairer.
c. Freight applicable there on.
(b) Invoice to be issued by Company-
RAOs are required to raise Invoice with respect to scrap sale. The Invoice should be made
out in Annexure-2 format of “Tax Invoice” as per CFO Circular No. 13002 dated
28.06.2017 payment of GST on the retention of Scrap Materials by repairer (which is
treated as Sale for Taxation Purposes) is the Liability of the company (MPMKVVCL), and
will be discharged by the Corporate office. hence RAOs are required to report the amount
payable as part of their Monthly MIS format given in Annexure-4 if “Statement of Goods
Sold and Services Provided by the Company to the consumer” as per CCFO Circular No.
13002 dated 28.06.2017 but RAOs should not be make payment of GST as the same will be
paid by the H.O.
.
9.5. The Material Receipt Certificate will be forwarded by the consignee to the paying authority
for payment, as well as to the suppliers towards acknowledgement of receipt of material
including part consignment to the extent it is received in good condition and is serviceable.

9.6. To make payment directly through Bank, the bidders are requested to furnish following
information in respect of their Bank Account: -

(a) Name of Bank and Branch address.


(b) Their Bank Account Number.
(c) IFS code of the Branch for RTGS transfer.

9.7. Charges required by Bank in this regard will be debited to suppliers‟/Firms‟ Account. Net
payment after deduction of charges required by the Bank shall be released in favour of
suppliers.

10. QUANTITY ALLOCATION

Allotment orders for repair of DTRS shall be issued by the Regional Chief Engineers/Chief
Engineer procurement/RCA cell (as per Discom choice) in a manner as detailed hereunder:-
i. New firms shall be allocated maximum of 25 Nos. DTRs at a time and maximum of
100 DTRs to the regular repairing firms.
ii. The above ceiling limits shall be inclusive of transformers failed within guarantee
period pending for repair either at Area Store or with the repairers.
iii. The purchaser, based on the performance of the repairing firms as recommended by the
authority issuing allotment orders for repair of BGP failed DTR, may enhance the
above ceiling limit provided the repairing firms is agreed for the same and deposit an
additional Security deposit of Rs. 5 Lakhs per 25 Nos DTRs.
32
Tender Specification No MD/MK/04/895 “Repairing & Testing of BGP failed Distribution Transformer
along with Installation of Automatic ON-OFF DTR protection Device”
iv. At no point of time number of DTRs inclusive of WGP failed DTRS with the firm shall
not exceed beyond the above ceiling limit.
v. Allotment of DTRs shall be made on roaster basis so that each of the repairer firm may
get allotment of DTRs.
vi. Allotment of DTRs for repairer may be stopped, when the percentage failure of the
repairer exceeds by 11 % on annual basis.
vii. The percentage failure of DTR shall be determined out of the total DTRs issued to the
field from the supplies made by the repairers as on the date of review under the RCA.
The transformer repaired after 3 months period shall not be counted as repaired against
the RCA for calculation of percentage failure of the firm.
viii. The percentage failure of the DTR shall be determined by the Officer Incharge Area
Store as above as per methodology detailed in Annexure-X of the Tender on Quarterly
basis from the effective date of RCA issued by the respective Regional office and
the same shall be intimated to the Regional office and respective repairing firms. The
Officer Incharge Area Store shall also upload firm-wise percentage failure of
DTRs on the Company‟s Website.
ix. While issuing allotment orders for repair of BGP failed transformers the regional
CGMs shall strictly ensure that the amount of liability on any of the firm should not
exceed to the amount of security deposit deposited by them.If so, the Regional CGMs
shall stop issue of further allotment on such firms.
x. The Regional CGMs shall issue allotment order for repair of BGP failed transformers
keeping in view the capacity of firm distance of firm‟s works from the Area Stores ie
cost to Company and roaster basis so that each of the firm may get allotment order for
repair of transformers.

11. PROCEDURE TO BE ADOPTED FOR REPAIRS OF TRANSFORMERS ON


LUMPSUM BASIS
a) Allotment of failed distribution transformers shall be made by the concerned Regional
CGM/ED/CE as per availability of transformers in Area Stores.
b) Firms will be required to lift the allotted transformers within 10 working days from the date of
issue of allotment order from concerned Area Stores; else allotment order shall stand canceled
automatically. The date of lifting of last DTR under the allotment order shall be reckoned as
the date of lifting of DTR.
c) Transformers for repairs and Installation of an Automatic ON-OFF DTR Protection Device
(fitted externally at LT side of DTR in a box) shall be issued after draining out transformer
oil and after damaging HV leg coils in concerned Area Store.
d) All the defective/damaged parts, fitting equipments together with scrap HV leg coil shall be
retained by the firm.
e) After lifting of transformers by the firm from concerned Area Stores, the firm will start
repairing work at their works as indicated in Technical Specification of the contract.
f) Firms will be required to repair & install an Automatic On-Off DTR Protection Device
(with complete fitting along with all accessories & ON-OFF indicating lamp, enclosed in a
metal box and fitted externally at LT Side of DTR) and return back duly repaired and tested
transformers to the concerned area stores within 30 working days from the date of lifting of
last DTR under the allotment order from the area store. In case repaired DTRs are not
delivered within the above specified period, penalty as per penalty clause of RCA will be
recoverable from repairer. The penalty shall be reckoned from the next day of terminal date of
delivery to the date of actual delivery.

33
Tender Specification No MD/MK/04/895 “Repairing & Testing of BGP failed Distribution Transformer
along with Installation of Automatic ON-OFF DTR protection Device”

12. TRANSFORMERS UNECONOMICAL FOR REPAIRS


At the time of opening of transformers at their works, if major shortcomings as enumerated are
observed, the firm shall not repair such transformer and declare uneconomical for repair and
return the same along with the repaired transformer to the concerned area store.
a) Missing / Damage of core
b) Rusted core.
c) Major damage of tank, radiator and conservator.
d) Burning of LV coils.
On receipt of such uneconomical transformers the in-charge area store shall verify the same
and if so, declare scrap such transformer.

Lump sum charges shall be payable for handling, labour & transportation of such
uneconomical units as per Schedule-I of the contract. The above condition of short comings is
for B.G.P. (Beyond Guarantee Period) failed transformers, not for W.G.P. (within guarantee
period) failed transformers.

13. ACCEPTANCE OF MATERIAL

i. Testing at Consignee Area Stores


After receipt of repaired transformers from the repairer firms;
i. 100% Non-Star (New/old design) DTRs shall be tested for No load & Load losses
and BDV testing will be done on atleast 10% DTRs randomly selected. The number
of DTRs for BDV testing may be increased from the 10% by the purchaser. 10 %
tolerance in load losses shall be permissible. If the load losses shall be found more
than 10% but upto 15% of the guaranteed maximum limit of load losses, the penalty
at the 10% of repairing cost shall be recoverable from the repairer. When the load
losses will exceed beyond 15% a penalty @ 50% of repairing cost shall be
recoverable from the repairer and such transformers shall be marked with a white
strip all around the Transformer. Further such transformer will be scraped after its
subsequent failure and will not be counted for determination of percentage failure.
ii. 100% Level 1(old) & 2 (old) DTR shall be tested for total loss at 100% loading and
BDV testing will be done on at least 10% DTRs randomly selected. The number of
DTRs for BDV testing may be increased from the 10% by the purchaser. 10 %
tolerance in total losses shall be permissible. If the total losses shall be found more
than 10% but upto 15% of the guaranteed maximum limit of total losses, the penalty
at the 10% of repairing cost shall be recoverable from the repairer. When the total
losses shallexceed beyond 15% then the transformer shall be rejected and the repairer
firm will again repair the rejected transformer at his own cost (including
transportation charges) and for such transformer testing charges @ Rs. 2,000/- per
transformer shall be recovered from the repairer firm.

ii. Testing at in-house testing laboratory of Discom

i. The purchaser has developed in-house testing lab facility to ensure quality and quantity of the
material supplied at its own. The purchaser after acceptance of material at area store shall test
at least 10% (subject to minimum of 2 DTRs and rounded to next higher number) of the
quantity randomly selected from the lot/sub-lot supplied by the firm, for the acceptance test.
Such acceptance tests shall be performed by the purchaser as per relevant IS/ Technical
specification etc. In case, any of the quantity is not found confirming to the required
parameters, the same shall have to make good by the supplier and testing charges of such

34
Tender Specification No MD/MK/04/895 “Repairing & Testing of BGP failed Distribution Transformer
along with Installation of Automatic ON-OFF DTR protection Device”
failed DTR shall be recovered from them. In case such DTR again failed in retesting than
repairing cost of such DTR shall be recovered from the repairing firm. The criteria for
acceptance/rejection of sample DTRs on load loss shall be as mentioned above.

ii. The percentage failure on testing as above should not exceed 5% of the quantity allotted to
them for repair. If the percentage failure exceeds beyond 5% then:
1. DTRs available in the purchaser's area store out of the supplies made by the repairer shall be
declared failed with in guarantee period.
2. Such WGP failed DTRs shall have to be repaired/replace by the repairer free of cost within30
working days from the date of intimation.

3. In case, such 5% failure occurs more than 2 times than the purchasers will have liberty to
stop further allotment to such firms.

iii. Testing of each Automatic ON-OFF DTR Protection device installed externally at LT
side of repaired DTR and enclosed in metal box:

• Individual testing of each „Automatic ON-OFF DTR Protection device‟ shall be done at
MPMKVVCL Bhopal premises/or its own laboratory / or its own Repairing units or any
place provided by MPMKVVCL Bhopal.
• Testing of device shall be performed for at least 3 no. of ON-OFF operation per
device so that Device ON and OFF time and its operation can be checked perfectly.
Each device must be passed in every sequence of test operation and at each test ON-
Off time shall be as per tender specification. If any device failed to meet such
condition i.e. found fail in any test operation or/and on-off time not as per standard
mentioned in tender document then the transformer shall be rejected and the repairer
firm will again repair the rejected transformer‟s device or replace it at his own cost
(including transportation charges) and for such transformer testing charges @ Rs.
1000/- per transformer shall be recovered from the repairer firm.

14. DEVIATION FROM SPECIFICATION


i) Should the repairer desire to depart in any respect from the provisions of this specification
either on account of manufacturing practice or any other reason, he must specifically bring the
matter to the notice of this office. The repairer must explain in detail each and every departure
he proposes to make from the specification. Manufacturer‟s standard specifications, for the
plant or component parts of the plant may be submitted but all discrepancies must be clearly
intimated and approval in writing shall be obtained for such deviations from O/o Regional
CGM.
ii) The intention is to adopt original manufacturer‟s standard equipment and practice as far as
possible but these standards must in all respects comply with the conditions of this
specifications as regards safety from breakdown output capacity, performance etc. and must
pass the specific tests.
iii) All deviations shall be subjected to the approval of the Purchaser otherwise the provisions of
this specification shall prevail.
15. PERFORMANCE GUARNATEE
i) The performance guarantee period of repaired unit and Automatic On-Off DTR Protection
Device (fitted externally at LT side of DTR) shall be 24 months from the date of receipt of
repaired units in Purchaser‟s Area Stores. If unit once failed within guarantee period and
returned to Area Store duly repaired free of charges shall be guaranteed for a minimum of 6
months or un-expired guarantee period left as on the date of failure of the unit, whichever is
35
Tender Specification No MD/MK/04/895 “Repairing & Testing of BGP failed Distribution Transformer
along with Installation of Automatic ON-OFF DTR protection Device”
later.
ii) The said transformers, if required to be repaired, shall be collected by the supplier / firm from
Area Stores at their own cost and at their own responsibility. These transformers will like-wise
be returned duly repaired and tested subsequently by the supplier to the destination indicated
on freight paid basis at their cost in a reasonable time of 45 days from the date of intimation by
the Area Stores.
iii) The outage period i.e. period from the date of failure till unit is repaired, shall not be counted
for arriving at the guarantee period. The period of failure and repairs, thus, shall be excluded
from the guaranteed service.
iv) In the event of the supplier‟s inability to adhere to the aforesaid provisions, suitable penal
action will be taken against them.
16. PENALTY
a) PENALTY ON BGP FAILED TRANSFORMERS AND AUTOMATIC ON-OFF DTR
PROTECTION DEVICE TO BE REPAIRED :-

i) Penalty to the extent of ½ % (half percent) per week subject to maximum 10% (Ten percent)
of cost of repairing charges & device supply and installation charges (excluding GST) of
transformers given for repairs and installation of Automatic On-Off DTR Protection Device
(enclosed in a metal box and installed externally at LT side of DTR with all accessories
and ON-OFF indication lamp) shall be levied for delays in lifting of transformer and also
handing over of repaired transformers. The penalty as above shall be leviable if the
transformers shall not be lifted within 10 working days from the date of allotment or delivered
after 30 working days from the date of lifting. No penalty shall however be leviable for the
delay on the Purchaser side. The intimation for allotment of BGP failed transformers shall be
given through E-mail
ii) If the repaired transformer is returned beyond 6 months period then an additional penalty @
10% per month on repairing charges (excluding GST) subject to maximum of cost of repairing
charges (excluding GST) shall also be recovered. However after 6 months period the liability
shall be raised as per the prevailing cost of new transformers.

b) PENALTY ON WGP FAILED TRANSFORMERS AND AUTOMATIC ON-OFF DTR


PROTECTION DEVICE:-
i) In case the transformer(s) repaired/ provided Automatic On-Off DTR Protection Device‟s / or
both transformer(s) repaired and provided Automatic ON-OFF Device(s) by the firm fails
within guarantee period and repair & return of transformer(s) is delayed beyond 45 days from
the date of intimation of failure by the Area Stores, penalty @ 1% per week or part thereof
subject to maximum of 10% shall be payable by the firm on the repairing charges(excluding
GST) paid for the transformer(s) under repair and shall be recovered from the firm‟s pending
bills/security deposit.
ii) If the firm does not repair and return WGP failed transformer(s) even after 10 weeks from the
date of intimation of failure then an amount equal to the cost of such WGP failed
transformer(s) as per current SOR of the Company shall be recovered from the firm‟s pending
bills/security deposit. The amount so recovered shall be retained till all such WGP failed
transformer(s) are repaired and returned by them.
iii) In case the firm repair and return WGP failed transformer(s) beyond 10 weeks from the date of
intimation of failure a penalty @ 1% per day subject to maximum of repairing charges paid for
such transformer(s) shall be recovered from the firms pending bills/security deposit and the
amount equal to the cost of such transformer(s) as retained above shall be released.

36
Tender Specification No MD/MK/04/895 “Repairing & Testing of BGP failed Distribution Transformer
along with Installation of Automatic ON-OFF DTR protection Device”

17. SECURITY DEPOSIT


For safe custody of defective transformer and performance guarantee of repaired transformer,
the firm shall require to furnish Security Deposit in a following manner: -
i) For Firms with maximum ceiling for holding of transformers at a time up to 25Nos
transformers- Rs. 10.00 Lakh.
ii) For Firms with maximum ceiling for holding of transformers at a time above 25 and up to 100
transformers - Rs. 20.00 Lakh.
iii) The firms are allowed to furnish Security Deposit in the form of Bank Guarantee in the format
approved by the PURCHASER or FDR. The FDR should be pledged in favour of Sr. A. O.
/R.A.O. of PURCHASER. (As the case may be) duly discharged. The validity period of the
Bank Guarantee shall be sufficient so as to cover the guarantee period of the material and also
due & faithful compliance of the terms & conditions of the order.
iv) The security deposit submitted by the repairing firm in the form of BG or in cash against the
RCA issued under the last tender may be adjusted in the security deposit required against the
RCA to be issued under the instant tender,provided firm extends its validity period for a
further period of two years and made an amendment therein that the said BG shall also cover
security deposit of RCA issued under the instant tender too.
v) No Permanent Security Deposit (PSD) shall be considered against this tender and the bidders
shall have to furnish the requisite fresh Security Deposit as above.
The Firm/repairer shall not be allowed to commence the work of repairs till such time he
deposits security as detailed above. After acceptance of security deposit by Regional CGMs
allotment of defective transformer for repairs shall be made by him. If security is not deposited
within 30 days of receipt of award, then the rate contract may be cancelled without any
liability and such firms shall be debarred for next 3 years.
18. DELIVERY
The repairing firm shall require delivering the repaired transformers within 30 working
daysfrom the date of lifting of last DTR under the allotment order.
In case transformers under allotment are delivered beyond above specified period, penalty as
per penalty clause of the tender/RCA shall be recoverable from the transformer repairers. The
penalty shall be reckoned from the next day of terminal date to the date of actual delivery.
Incase terminal date for allot falls on a holiday, it will be shifted to the next working day.
19. PARALLEL CONTRACTS
The PURCHASER reserves the right for entering in to parallel rate contracts with other firms
and to assign and specify the areas of operation of rate contracts.
20. TRANSFORMER OIL
The transformer oil will normally be drained out in Area Stores before handing over to repairer.
However, if handed over without draining out, transformer oil drained out of the damaged sealed
transformers whether useable or not shall have to be returned by the Firm to the concerned
consignee, failing which recovery of the cost of the same shall be made at the rate of 10% higher
than the prevailing market rate for fresh transformer oil. All the repaired transformers shall be
filled Type- II fresh transformer oil as detailed in the Technical Specification.

21. DESIGN, SUPPLY & INSTALLATION OF AUTOMATIC ON OFF DTR PROTECTION


DEVICE AND FABRICATION OF METAL BOX

i. The device box will be installed on transformer tank at the LV bushing side. The device
box will be supported by two angle support welded on transformer body. The device box
shall be welded to transformer tank after completion and testing of DTR and device.
37
Tender Specification No MD/MK/04/895 “Repairing & Testing of BGP failed Distribution Transformer
along with Installation of Automatic ON-OFF DTR protection Device”
ii. The automatic ON-OFF protection device will be installed externally after LV side
bushings of transformer. The component of device will be sealed in a box made of sheet
metal having thickness 2 mm so as to protect it from Sunlight and Rain. Also the device
box will be temper proof. 4 No. hole of 6 mm size will be provided in the bottom of the
box for heat dissipation.
iii. On Device box 4 no. additional LT bushings and studs (with two check nut and washer)
will be provided for LT cable connection. The design will be such that the staff will be
able to connect cable easily and after connection the bushing can be covered so that DTR
bushings will be prevented from direct hooking by the consumers.
iv. The design and dimension of box housing of device is such that it will be easily fitted
after LV side bushings of transformer and in the space available in between of radiator
(if radiator is available on LV side of transformer.)
v. Fabrication work for metal box will be done in two compartments. In first compartment,
just next to DTR LT bushing, an automatic On-Off device will be installed and in second
compartment an additional 4 No‟s LT Bushings along with stud will be installed for
taking out LT supply from LT side of DTR. The compartment having additional bushing
for LT cable connection will be open from bottom for easy insertion of LT cable. Both
Compartments will be the part of a single Metal box and first compartment having ON-
OFF device will be fully sealed by welding in case of 25 KVA & 63 KVA DTR. In the
case of 100 KVA and 200 KVA DTR this first compartment will be sealed through Nut
& Bolt and will be welded at 4 corner points through U shape patti same as done in case
of sealing of DTR main tank cover.
vi. Installation of Metal Box and automatic on off DTR Device and additional 4 No‟s LT
Bushings must comply the Indian electricity safety standard and clearance for safe
operation shall be ensured. Installation shall be in such a way that maintenance of device
or removal of device can be done easily without damaging any other parts of DTR.
vii. All metallic surfaces of complete device box exposed to weather and requiring paint
shall be given suitable priming coat and two coats of best paints of ISI marked of the
same colour as of original transformer except for the case of red colour transformer
which should be painted in grey colour.
viii. The device will have 3 no. indicating lamp having RYB colour for LT incoming supply
to ON-OFF device and 3 no. indicating lamp having RYB colour for LT outgoing supply
from ON-OFF device. 3 no. indicating lamp having RYB colour for LT outgoing supply
will glow representing „Device ON‟ (डिवाइस चाल)ू , when supply is on from automatic
ON and OFF device. These 3 no. indicating lamp having RYB colour for LT outgoing
supply will stop to glow when supply is off from automatic ON and OFF device.
ix. 3 no. indicating lamp having RYB colour of incoming LT supply shall be connected
with DTR first LT bushing (inner bushing enclosed with first metal compartment/metal
box) so that in the case of DTR failure it can be easily detected through On/Off status of
Indication Lamp.
22. SEALING WORK FOR AUTOMATIC ON-OFF DEVICE METAL BOX

Two diagonally corner bolts will have seal insertion facilities and these sealing will be done by the
manufacturer/repairer after Testing & verification done through purchaser‟s reprentative.

23. OVERLOAD CURRENT SETTINGS FOR AUTOMATIC ON-OFF DTR PROTECTION


DEVICE

Overload current setting shall be kept at 90% of Rated Load Current at LT side for different
capacity of DTR.The device will be automatically got ON within 1 to 10 minutes or as per
38
Tender Specification No MD/MK/04/895 “Repairing & Testing of BGP failed Distribution Transformer
along with Installation of Automatic ON-OFF DTR protection Device”
availability of settings provided in the device.

24. DEMONSTRATION OF AUTOMATIC ON-OFF DTR PROTECTION DEVICE


i. All the interested participant bidders shall read the ANNEXURE-V (A) i.e. Technical
specifications for Repair & Testing of 11/0.433kv aluminum wound distribution transformers
of capacities ranging from 25 KVA to 200 KVA (sealed and conventional type) along with
design, supply & installation of automatic on-off DTR protection device (installed externally at
LT side of DTR)
ii. The Finalized bidders are required to demonstrate the offered automatic on-off DTR protection
Device as per technical specification requirement on the scheduled date before the Committee
constituted for the purpose. For demonstration purpose one no. 100 KVA good condition DTR
will be provided by Discom to install automatic on-off DTR protection device. The offer shall
not be considered and stand rejected if the demonstration not arranged on the scheduled date &
time intimated by the Office of CGM (Procurement).
iii. In case the demonstrated Device not found in line with the specification i.e. not suitable to our
requirement then further request of re-demonstration shall not be considered and offer shall be
stand rejected.
iv. The order will be given to finalized bidders whose demonstration of automatic on-off DTR
protection device is found successful.

25. TRANSPORTATION/CARRIAGE OF TRANSFORMERS


The consignee of the Purchaser shall make their own arrangements for loading of damaged
transformers at their Stores and unloading at their Stores after satisfactory repairs and testing.
The transportation of defective & repaired units and handling at firm‟s works shall be Firm‟s
responsibility.
Please note that necessary transit insurance of transformer for safe transportation from our
Area Store to your works and back to the destination which will be intimated separately after
successful repair shall be arranged by you at your cost.
The payable transportation charges shall be calculated on actual basis (To &Fro) and the
maximum ceiling limit of transportation charges payable would be 450 KM. (To &Fro) i.e.
225 KM. on each side for the DTRs to be repaired against the tender to be got lifted/returned
by the repairers/ firms from the respective Area Stores of Purchaser. The variation of
distance on plus side beyond the ceiling limit of 450 KM shall be borne by the respective
repairers.
26. MATERIALS
All materials used in the repair of transformers shall be of the best quality of its kind
obtainable and except where modified by this specification, shall comply in all respect with the
standard laid down by Indian Standard Institution, OR British Engineering Standard
Association wherever the Indian Standards are not yet formulated.

27. EXTRAS
The Firm, could be asked in writing by the PURCHASER to perform extra work and furnish
extra material not covered by the specification and not forming part of the material offered for
completeness as specified in Technical Specifications, such work and materials supplied shall
be paid extra at rates and terms so mutually agreed upon.

28. ATMOSPHERIC CONDITIONS


The transformer after satisfactory repairs and testing shall be suitable for operation in tropical
climate and will be subjected to full rays of sun and inclement weather and shall be able to
withstand a wide range of temperature variation experience in Madhya Pradesh.

39
Tender Specification No MD/MK/04/895 “Repairing & Testing of BGP failed Distribution Transformer
along with Installation of Automatic ON-OFF DTR protection Device”

Climatic Conditions

Peak ambient temperature in Shade


I. 47°C
Maximum average ambient temperature
II. 45°C
over a 24 hour period in shade.
Maximum temperature rise attainable by an
III. 45°C
object exposed to sun.
IV. Minimum relative humidity. 10 %
95 % (some time approaches saturation
V. Maximum relative humidity
point)
Average number of thunderstorm days per
VI. 90 days
annum
VII. Average number of rainy days annum 90 days
VIII. Average annual rainfall 125 cm.
Number of months of tropical monsoon
IX. 3 months
conditions.
X. Maximum wind pressure 100 Kg / Sq.mm
XI. Altitudes not exceeding 1000 meters,
The repaired transformers shall be exposed to the direct sun and may reach temperatures up to
92°C. These shall be suitable for satisfactory operation under such severe climatic conditions.
The porcelain bushings shall be replaced by such bushing keeping in view that these should
have ample margin of safety as regards flashover in order to eliminate all trouble due to
condensation under such varying atmospheric conditions and trouble from dust.

29. DESPATCH INTIMATION


• The Firm shall be required to send intimation through fax to the consignee officer with the
confirmatory copy and the concerned CGM of the place where factory is situated when a
batch of transformers is ready for dispatch after repairs and testing. This intimation will also
contain information regarding quantity and the amount of the bill.
• In addition to above, the Firm shall be required to send a monthly statement of quantity of
transformers of various makes, types and capacities received from various consignee
officers and delivered back to them after satisfactory repairs and testing during the
respective month so as to reach the concerned CGM by seventh of next month. A copy of
the monthly statement shall also be given to the office of CGM(Proc) O/o MD (CZ),
MPMKVVCL, Bhopal.

30. RESPONSIBILITY FOR SAFE CUSTODY OF TRANSFORMERS DURING THE


REPAIR PERIOD
• The Firm shall be entirely responsible for safe custody of transformers from the day the
transformers are issued by the consignee officers and up to the time of delivery at Area
Stores. In case of any loss, cost shall be deposited by repairer or recovered from BG/SD.

31. RESPONSIBILITY OF FIRM


• The Firm shall be entirely responsible for execution of this rate contract in accordance with
theterms and conditions, technical specifications and schedule etc.
• The Firm will have to make good, free of cost any changes in order to make the apparatus to
conform to the specifications and technical details as ordered without additional cost to the
PURCHASER.

40
Tender Specification No MD/MK/04/895 “Repairing & Testing of BGP failed Distribution Transformer
along with Installation of Automatic ON-OFF DTR protection Device”
• Approval of Firm‟s or sub-Contractor‟s drawings or of test certificates or of material or of
other parts of the works involved in the contract or of tests carried out either by him or by
the representatives of this DISCOM shall not be held to relieve him of any part of his
obligations of meeting all the requirements of these specifications or of the responsibility
for the correctness of the Firm‟s drawings.
32. INTERCHANGEABILITY
All parts shall be made accurately to standard specification as far as possible so as to facilitate
replacement and repair. All corresponding parts of similar make, type and capacity of
transformers including the spare parts shall be interchangeable.
33. CONSTRUCTION AND MANNER OF EXECUTION OF THE CONTRACT
• The rate contract award shall be issued for complete repairs testing and safe delivery of
Aluminium wound 25 KVA, 63 KVA, 100 KVA and 200 KVA distribution transformers
(Non-Star/Level-1/Level-2) of various makes, types and capacities lying damaged in
various divisions / Area Stores of Purchaser.
• The contract shall in all respects be construed and governed according to Indian Laws.
• The contract shall be considered as having come in to force from the date of issue of order
by Regional Executive Director / Chief Engineer.
• The repairer shall execute an agreement with the respective Regional Executive Director /
Chief Engineer, after issue of order against rate contract award for repair of distribution
transformers. The agreement shall be signed within 15 days of the issue of order as per
general terms and conditions of rate contracts read with the technical specifications and
other termsand conditions of the rate contract award.

34. PARTIES TO THE CONTRACT


• The PURCHASER and its Officers as aforesaid shall be deemed to be the parties to the
contract.
• All disputes pertaining to the Supplies/works under the rate contract shall be referred to the
concern Regional CE.
• All disputes, if any, out of or in respect of this contract are to be settled at O/o concern
Regional CE, or be triable in any competent court situated at Bhopal only. The courts of
Bhopal shall have exclusive jurisdiction in all matters arising under this contract.

35. CONTRACT MANAGEMENT


Management of RCA should be strictly done through Online Portal developed by purchaser.
The repairer should follow the process of Vendor Registration, eMRC, online offer of
material, dispatch of material etc as per provision of Quality Manual and online process
developed by Purchaser.

CGM (Procurement)
O/o MD, MPMKVVCL,Bhopal

41
Tender Specification No MD/MK/04/895 “Repairing & Testing of BGP failed Distribution Transformer
along with Installation of Automatic ON-OFF DTR protection Device”

ANNEXURE-VA

TECHNICAL SPECIFICATIONS FOR REPAIR & TESTING OF 11/0.433KV ALUMINIUM
WOUND DISTRIBUTION TRANSFORMERS OF CAPACITIES RANGING FROM 25 KVA TO
200 KVA (SEALED AND CONVENTIONAL TYPE) ALONGWITH DESIGN, SUPPLY &
INSTALLATION OF AUTOMATIC ON-OFF DTR PROTECTION DEVICE (ENCLOSED
IN METAL BOX & FITTED EXTERNALLY AT LT SIDE OF DTR)

1. SCOPE
This specification covers repair and testing of Non-star (New/old design)/ Level-1/ Level-2
11/0.4kV failed/defective Al wound distribution transformer of capacity 25 KVA (1700
NOS), 63 KVA(1500 Nos.), 100 KVA ( 600 Nos.) & 200 KVA (200 Nos.) along with
Design, Supply & Installation of Automatic On-Off DTR Protection Device (enclosed in
a metal box & installed externally at LT side bushing of DTR) with complete fitting
along with all accessories & ON-OFF indicating lamp) lying in various Area Stores of the
PURCHASER as per complete scope of work as detailed here under.
Rates per DTR for DTR repair and testing are fixed as per rate finalized in RCA 781-No.
MD/MK/04/P-II/TS-781/1391, Bhopal, dated: - 06.09.2022 and bidders will have to repair
and tested the Transformer at this rate along with additional cost per DTR as finalized on the
basis of lowest rate quote for Design Testing Supply & Installation of LT side AUTOMATIC
ON-OFF DTR PROTECTION DEVICE with complete fitting in a fabricated metal box along
with all accessories and L&T charges with different taxes.
2. REPAIR WORK
The repair work shall involve opening of transformer cover, de-tanking core and coil assembly
cleaning, washing of dust and dirt from all parts including core, tanks and cooling tubes or
radiators etc. re-tanking after reassembly of all replaceable new parts after marking and
painting etc., Design, Supply & Installation of Automatic On-Off DTR Protection Device
(enclosed in a metal box & fitted externally at LT side of DTR in a box with complete fitting
along with all accessories & ON-OFF indicating lamp) with following the electrical safety
standard and testing for all the routine tests as per ISS: 2026 and IS:1180 (Part-1):2014 read
with latest issue and amendment thereof, if applicable.
36. Testing of each Automatic ON-OFF DTR Protection device installed externally at LT side
of repaired DTR and enclosed in metal box:
• Individual testing of each „Automatic ON-OFF DTR Protection device‟ shall be done at
MPMKVVCL Bhopal premises/or its own laboratory / or its own Repairing units or any place
provided by MPMKVVCL Bhopal.
• Testing of device shall be performed for at least 3 no. ON-OFF operation per device so
that it can be checked that the Device ON and OFF time and its operation are proper and
according to specified requirement. Each device must be passed in every sequence of test
operation and at each test ON-Off time shall be as per tender specification. If any device
failed to meet such condition i.e. found fail in any test operation or/and on-off time is not
as per standard mentioned in tender document then the transformer shall be rejected and
the repairer firm will again repair the rejected transformer‟s device or replace it at his own
cost (including transportation charges) and for such transformer testing charges @ Rs.
1000/- per transformer shall be recovered from the repairer firm.

42
Tender Specification No MD/MK/04/895 “Repairing & Testing of BGP failed Distribution Transformer
along with Installation of Automatic ON-OFF DTR protection Device”

37. REQUIRED FEATURES OF AUTOMATIC ON-OFF DEVICE

i. The device should be able to operate on LT 3 phase 440 V supply.


ii. The device should be robust in design, temper proof, maintenance free, fast in operation.
iii. The device should be designed in such a way that it will cut off supply of all the three phases
when the value of the current is more than the 90% of rated value of current in any of the
phase.
iv. The device will operate automatically making supply ON and OFF from LT side of
transformer and required no manual intervention.
v. The device will have 3 no. indicating lamp having RYB colour for LT incoming supply and
3 no. indicating lamp having RYB colour for LT outgoing supply.
vi. The separate devices of different rating /capacity are required for transformer having
sufficient current rating with respect to different capacity of DTR i.e. 25 kVA, 63 kVA, 100
kVA and 200 kVA
vii. The device should be able to operate continuously for repeated ON and OFF operation.
viii. There will be provision to make changes in the setting of limit of current and time.
ix. The device will be installed at LT side of transformer in shield condition so that no
tempering is possible.
x. The device will be installed outside of a transformer tank without changing its technical
functioning.
xi. The device should make supply off from LT side of transformer automatically on the
specified value of current. 3 No. indicating lamp having RYB Colour of outgoing LT supply
representing will stop to glow.
xii. The device should make supply ON automatically within 1 to 10 minutes (or as informed
by the purchaser) and if the value of current is still above the specified limit, the device
should cut off the supply from LT side of transformer thereby protecting transformer from
getting overload.
xiii. 3 no. indicating lamp having RYB colour for LT outgoing supply will glow representing
„Device ON‟ (डिवाइस चालू), when supply is on from automatic ON and OFF device.

38. DESIGN & INSTALLATION OF AUTOMATIC ON OFF DTR PROTECTION DEVICE


AND FABRICATION OF METAL BOX:

i. The device box will be installed on transformer tank at the LV bushing side. The device box
will be supported by two angle support welded on transformer body. The device box shall be
welded to transformer tank after completion and testing of DTR and device.
ii. The automatic ON-OFF protection device will be installed externally after LV side bushings of
transformer. The component of device will be sealed in a box made of sheet metal having
thickness 2 mm so as to protect it from Sunlight and Rain. Also the device box will be temper
proof. 4 No. hole of 6 mm size will be provided in the bottom of the box for heat dissipation.
iii. On Device box 4 no. additional LT bushings and studs (with two check nut and washer) will be
provided for LT cable connection. The design will be such that the staff will be able to connect
cable easily and after connection the bushing can be covered so that DTR bushings will be
prevented from direct hooking by the consumers.
iv. The design and dimension of box housing of device is such that it will be easily fitted after LV
side bushings of transformer and in the space available in between of radiator (if radiator is
available on LV side of transformer.)
v. Fabrication work for metal box will be done in two compartments. In first compartment, just
next to DTR LT bushing, an automatic On-Off device will be installed and in second
compartment an additional 4 No‟s LT Bushings along with stud will be installed for taking out
LT supply from LT side of DTR. The compartment having additional bushing for LT cable
43
Tender Specification No MD/MK/04/895 “Repairing & Testing of BGP failed Distribution Transformer
along with Installation of Automatic ON-OFF DTR protection Device”
connection will be open from bottom for easy insertion of LT cable. Both Compartments will be
the part of a single Metal box and first compartment having ON-OFF device will be fully sealed
by welding in case of 25 KVA & 63 KVA DTR. In the case of 100 KVA and 200 KVA DTR
this first compartment will be sealed through Nut & Bolt and will be welded at 4 corner points
through U shape patti same as done in case of sealing of DTR main tank cover.
vi. Installation of Metal Box and automatic on off DTR Device and additional 4 No‟s LT Bushings
must comply the Indian electricity safety standard and clearance for safe operation shall be
ensured. Installation shall be in such a way that maintenance of device or removal of device can
be done easily without damaging any other parts of DTR.
vii. All metallic surfaces of complete device box exposed to weather and requiring paint shall be
given suitable priming coat and two coats of best paints of ISI marked of the same colour as of
original transformer except for the case of red colour transformer which should be painted in
grey colour.
viii. The device will have 3 no. indicating lamp having RYB colour for LT incoming supply to ON-
OFF device and 3 no. indicating lamp having RYB colour for LT outgoing supply from ON-
OFF device. 3 no. indicating lamp having RYB colour for LT outgoing supply will glow
representing „Device ON‟ (डिवाइस चालू), when supply is on from automatic ON and OFF device.
These 3 no. indicating lamp having RYB colour for LT outgoing supply will stop to glow when
supply is off from automatic ON and OFF device.
ix. 3 no. indicating lamp having RYB colour of incoming LT supply shall be connected with DTR
first LT bushing (inner bushing enclosed with first metal compartment/metal box) so that in the
case of DTR failure it can be easily detected through On/Off status of Indication Lamp

39. SEALING WORK FOR AUTOMATIC ON-OFF DEVICE METAL BOX


Two diagonally corner bolts will have seal insertion facilities and these sealing will be done by the
manufacturer/repairer after Testing & verification done through purchaser‟s reprentative.

40. OVERLOAD CURRENT SETTINGS FOR AUTOMATIC ON-OFF DTR PROTECTION


DEVICE

a. Overload current setting shall be kept at 90% of Rated Load Current at LT side for different
capacity of DTR.The device will be automatically got ON within 1 to 5 minutes or as per
availability of settings provided in the device.
b. Rated full load current (in amps) for different capacity of DTR are given below:

Rated full load current (in amps)


Sr. No. Rating in KVA
on HT side on LT side

1 25 1.31 33.37
2 63 3.31 84.00
3 100 5.25 133.33
4 200 10.5 266.67

44
Tender Specification No MD/MK/04/895 “Repairing & Testing of BGP failed Distribution Transformer
along with Installation of Automatic ON-OFF DTR protection Device”

41. DEMONSTRATION OF AUTOMATIC ON-OFF DTR PROTECTION DEVICE

i. All the interested participant bidders shall read the ANNEXURE-V (A) i.e. Technical
specifications for Repair & Testing of 11/0.433kv aluminum wound distribution transformers of
capacities ranging from 25 KVA to 200 KVA (sealed and conventional type) along with design,
supply & installation of automatic on-off DTR protection device (installed externally at LT side
of DTR)
ii. A demonstration „Automatic ON-OFF DTR Protection device‟ shall be given by Finalized
bidders (ready to do complete work at L1 rate) at MPMKVVCL Bhopal premises/its laboratory
/its Repairing units or any place provided by MPMKVVCL Bhopal. Award/release order will be
given to only bidders whose device has found satisfactory and as per requirement mentioned in
the tender document.
iii. The offer shall not be considered and stand rejected if the demonstration not arranged on the
scheduled date & time intimated by the Office of CGM (Procurement).
iv. In case the demonstrated Device not found in line with the specification i.e. not suitable to our
requirement then further request of re-demonstration shall not be considered and offer shall be
stand rejected.
v. The order will be given to finalized bidders whose demonstration of automatic on-off DTR
protection device is found successful.

42. REPLACEMENT OF PARTS

This will involve removal of all parts requiring replacement thereafter fitting of new parts such
as HV leg coils, all HV & LV Studs and bushings, gaskets, breather, oil level gauge, oil drain
and filter valve, covering bolts, plugs, caps, screws, transformer oil ,bimetallic clamps etc.
along with reconditioning of all LV leg coils and making connections complete in all respects.

43. WINDINGS

i. All HV coils need to be replaced by new leg coils of identical design and LV coils should be
reconditioned as detailed in sub-para 4.8.
ii. The windings to be replaced shall be replaced by winding identical to the original one and
that all coil assemblies of identical voltage ratings shall be interchangeable so that field
repairs of the windings can be made readily without special equipment. The coils shall be
supported between adjacent sections by insulations, spacers and the barriers, bracings and
other insulations used in the assembly of the winding shall be arranged to ensure free
circulation of the oil and reduce hot spots in the windings.
iii. The insulation of the coils shall be treated with suitable insulating varnish or equivalent
compound to develop the full electrical strength of the windings. All materials used in the
insulation and assembly of winding shall be insoluble in oil catalytic and chemically
inactive in the Hot transformer oil and shall not soften or otherwise be adversely affected
under the operating conditions.
iv. The winding shall be compact and symmetrical about the centre line of the core and shall be
formed on suitable synthetic resin bonded paper sheets type-1 confirming to the
requirement of BSS:1137/1949 or any amendment thereof and the size of sheets shall be
identical to those used in the original transformer.
v. The conductor interlayer insulation shall be insulation Kraft paper of uniform density, free of
pin holes and free from any conducting foreign particles conforming to relevant BSS or
ISS and shall be of such size and material as provided in the original transformer. The leg coils shall
be provided with oil ducts wherever required.

45
Tender Specification No MD/MK/04/895 “Repairing & Testing of BGP failed Distribution Transformer
along with Installation of Automatic ON-OFF DTR protection Device”

vi. The number of coils per limb, the resistance, No. of turns and dimensions of complete leg
coils shall be exactly the same as that of the leg coils of the original transformer, so that
electrical/mechanical characteristics of the repaired transformers shall remain same as that of
original transformers.
vii. All threaded connections shall be provided with suitable locking devices. All leads from the
winding to the terminals and bushings shall be rigidly supported to prevent damage due to
variation. It would be preferable to use sleeves wherever practicable.
viii. The windings shall be clamped securely in place so that they will not be displaced or
deformed during short circuits. The assembled core and windings shall be dried, suitably
impregnated to develop full electrical strength to the windings. The Aluminium conductors
used in the coil structure shall be best suitable to the requirement and all permanent current
carrying joints in the windings and the leads shall be welded or rigidly clamped.
ix. The LT reconditioning work involves replacing old DPC insulation. This work will involve
opening of all turns of LT leg coils, removing insulation from strip, cleaning of conductor
strip and again wrapping conductor with new DPC insulation and to manufacture LT leg coil
with this reconditioned strip for use in transformer under repair.

44. TAP CHANGING SWITCH


a. The tap changing switch is to be replaced. In transformers, HT tapping is to be taken out
corresponding to L.V. voltage of 433 KV Volts.
b. In case of transformers above 100 KVA, tap changing switch is to be replaced, it shall be
provided on H.V. windings with full capacity tap of OFF circuit pattern from +3 % to - 9
% in steps of 3 %. These taps shall be controlled by hand operated OFF circuit external
mechanism having suitable locking arrangements. Provisions for indications of tap position
shall also be suitably made. Necessary arrangement should also be provided for locking the
tapoperating mechanism when not in operation on any particular tap.

12. CORE LAMINATIONS


a. After cleaning dust and dirt from the laminations, the core shall be rigidly, clamped and
bolted to ensure adequate mechanical strength and to prevent vibration during operation. The
bolts used in the assembly of the core shall be suitably insulated and clamping structure shall
be so constructed so that eddy currents will be minimum.
b. The core and coil shall be so fitted in the tank that shifting will not occur when the
Transformer is moved or during the short circuit. The damaged/rusted/missing core is
receivedby you the same shall not be repaired and shall be returned to concern A/s.

45. TOP COVER GASKET & BOLTS


i) The Gasket provided in between Top Cover Plate and Tank shall be of 5 mm and 6 mm thick
Neoprene Rubberized Cork sheets confirming to IS: 4352 Part-II for ratings up to 100 KVA
and above 100 KVA respectively.
ii) G.I. Nut Bolts shall be of size 3/8” x 1.5” with one plain and one spring washer suitably
spaced to press the cover plate.

46. CONSERVATOR
(In case where new conservator is to be provided).
(i) The total volume of conservator shall be such as to contain 10% quantity of the oil. Normally,
3 % quantity of the total oil will be contained in the conservator.
(ii) Oil level indicator (Aluminium or Iron die cast) indicating three position (-) 5o C–minimum,
30 o C and 98 o C maximum. It shall be provided on the side which will be with fully covered
46
Tender Specification No MD/MK/04/895 “Repairing & Testing of BGP failed Distribution Transformer
along with Installation of Automatic ON-OFF DTR protection Device”
detachable flange with single gasket and tightened with M.S. Nut Bolt and will be fixed on the
side of rating plate and drain valve.
(iii) The pipe from conservator tank connection to main tank shall have a sloping plate so that the
oil falling from the pipe shall not fall directly on the active job and shall fall on the side walls
only. The position of this pipe shall also be so fixed in such a manner that minimum required
clearance from the bushing/stud is maintained.
(iv) The conservator shall be provided with the drain plug and a filling hole, with cover. In
addition, the cover of the main tank shall be provided with an air release plug.

47. BREATHER
Breather joints will be screwed type. It shall have di-cast Aluminium body and inside
container for silica gel shall be of tin. Volume of breather shall be suitable for 500 gm. of silica
gel for transformers upto 200 KVA. The detailed specifications of breathers is mentioned in
schedule III (B) appended herewith

48. TERMINALS:
a. Brass rods 12 mm dia for HT and LT studs with necessary nuts, check nuts and plain
thicktinned washers for ratings up to 100 KVA.
b. For rating 200 KVA. Brass rods 12 mm dia for HT stud with necessary nuts, check
nuts and plain thick tinnedwashers.
c. For LT stud, tinned copper rods 20 mm dia with necessary nuts, check nuts and plain
thicktinned washers.
d. HT/LT bimetallic connectors shall be provided with transformers. The detailed
specification of HT/LT Bimetallic claps is mentioned in schedule-III (C) appended
herewith.

49. BUSHINGS
(i) For 11 KV – 12 KV Bushing will be used and for 433 Volts. 1.1 KV terminal bushing will be
used. Bushings of the same voltage class shall be interchangeable. Bushings with plain sheds
as per IS:3347 shall be mounted on side of the tank preferably in place of on the top cover, in
case sealed units are converted in conventional units. Only sheet metal pocket shall be
provided for mounting of HV bushings and the same shall not be fixed on pipes. Sheet metal
pocket shall be designed in such a way that all HT bushings shall remain parallel and
equidistance through. Bushings having type tested as per IS: 3347 shall only be acceptable.
For conventional units it should be as per original design.
(ii) Internal connections: - In case of HV winding, all jumpers from windings to bushing shall
have cross section larger than the winding conductor. (For copper winding, joints will be made
by using silver brazing alloy). For aluminum winding. L&T Alkapee Aluminum brazing rods
with suitable flux will be used or alternatively joints will be made by using tubular connectors
properly crimped at three spots. Aluminum brazing rods to be used ring formed on other end
and nut bolting on HV bushing stud.
LT star connection will be made by using Aluminum/Copper Flat and bolting the crimped lugs
of winding by means of plain and spring washers and locknuts to the flat. Other end of the
conductor is brazed on “L” shape Aluminum /copper flat and flat nut bolted with neutral
bushing stud.
Firm connection for LV winding to bushings shall be made by adequate size of “L” shape flat
nut bolted with LV bushing stud.
SRBP tube/insulation paper should be used for delta connection and on the portion of HV
winding joining to HV bushing.

47
Tender Specification No MD/MK/04/895 “Repairing & Testing of BGP failed Distribution Transformer
along with Installation of Automatic ON-OFF DTR protection Device”

50. FREQUENCY
The repaired transformers shall be suitable for continuous operation with a frequency variation
of +/-3 % from normal frequency of 50 C/S without exceeding permissible temperature rise.

51. PARALLEL OPERATION


The repaired transformers of the same make, capacity, tap voltage ratio and vector group shall
operate satisfactory in parallel among themselves.

52. NO LOAD VOLTAGE


The no load voltage ratio of the repaired transformers shall be 11/0.4 33 KV subject to
tolerance as per ISS.

53. HIGHEST SYSTEM VOLTAGE


The highest system voltage shall be as high as 12000 Volts. The repaired transformers shall be
suitable for continuous operation with this voltage on the HV side.

54. ACCEPTANCE OF MATERIAL

I. Testing at Consignee Area Stores


After receipt of repaired transformers from the repairer firms;
a) 100% Non-Star (New/Old design) DTRs shall be tested for No load & Load
losses and BDV testing will be done on at least 10% DTRs randomly selected.
The number of DTRs for BDV testing may be increased from the 10% by the
purchaser. 10 % tolerance in load losses shall be permissible. If the load losses
shall be found more than 10% but up to 15% of the guaranteed maximum limit of
load losses, the penalty at the 10% of repairing cost shall be recoverable from the
repairer. When the load losses will exceed beyond 15% a penalty @ 50% of
repairing cost shall be recoverable from the repairer and such transformers shall
be marked with a white strip all around the Transformer. Further such transformer
will be scraped after its subsequent failure and will not be counted for
determination of percentage failure.
b) 100% Level 1(old)& 2 (old) DTR shall be tested for total loss at 100% loading
and BDV testing will be done on at least 10% DTRs randomly selected. The
number of DTRs for BDV testing may be increased from the 10% by the
purchaser. 10 % tolerance in total losses shall be permissible. If the total losses
shall be found more than 10% but upto 15% of the guaranteed maximum limit of
total losses, the penalty at the 10% of repairing cost shall be recoverable from the
repairer. When the total losses shallexceed beyond 15% then the transformer shall
be rejected and the repairer firm will again repair the rejected transformer at his
own cost (including transportation charges) and for such transformer testing
charges @ Rs. 2,000/- per transformer shall be recovered from the repairer firm.

II. Testing at in-house testing laboratory of Discom


The purchaser has developed in-house testing lab facility to ensure quality and
quantity of the material supplied at its own. The purchaser after acceptance of
material at area store shall test at least 10% (subject to minimum of 2 DTRs and
rounded to next higher number) of the quantity randomly selected from the
lot/sub-lot supplied by the firm, for the acceptance test. Such acceptance tests
shall be performed by the purchaser as per relevant IS/ Technicalspecification etc.
48
Tender Specification No MD/MK/04/895 “Repairing & Testing of BGP failed Distribution Transformer
along with Installation of Automatic ON-OFF DTR protection Device”
In case, any of the quantity is not found confirming to the required parameters,
the same shall have to make good by the supplier and testing charges of such
failed DTR shall be recovered from them. In case such DTR again failed in
retesting than repairing cost of such DTR shall be recovered from the repairing
firm. The criteria foracceptance/rejection of sample DTRs on load loss shall be as
mentioned above.

a) The percentage failure on testing as above should not exceed 5% of the quantity allotted to
them for repair. If the percentage failure exceeds beyond 5% then:
(i) DTRs available in the purchaser's area store out of the supplies made by the repairer
shallbe declared failed with in guarantee period.

(ii) Such WGP failed DTRs shall have to be repaired/replace by the repairer free of cost
within30 working days from the date of intimation.

(iii)In case, such 5% failure occurs more than 2 times than the purchasers will have
liberty tostop further allotment to such firms.

The limits of maximum permissible losses for the repaired transformers shall be as under.

a) For Non-star (new/old design) transformers:

Max. Losses in Watts at 75oC


No load losses(Watts) Load losses (Watts)
Rating Max. limit of
S. Max. permissible Max.
in permissible No load
N. guaranteed No load Permissible
KVA Losses beyond this Tolerance
Losses for guaranteed
the red strip will be
transformers load Losses.
marked
1 2 3 4 5 6
1 25 100 150 685 10 %
2 63 180 270 1235 10 %
3 100 260 390 1760 10 %
4 200 500 750 3000 10 %

If the no load losses comes more than the limit shown above in (column 4) in such case the 75
mm wide red colour band all around the Transformer will be marked on Transformer and that
Transformer will not be repaired in future after expiry of their guarantee period and should not
be counted in the category of DTR failed WGP.

b) For Level-1 & Level-2 Transformer


SL.No Rating Impedance Maximum Total loss (W) Tolerance
(kVA) (%) Efficiency level-1 (Old) Efficiency level-2 (Old)
50% Load 100% Load 50% Load 100% Load
1 25 4.5 210 695 190 635 10%
2 63 4.5 380 1250 340 1140 10%
3 100 4.5 520 1800 475 1650 10%
4 200 4.5 890 2700 780 2300 10%

49
Tender Specification No MD/MK/04/895 “Repairing & Testing of BGP failed Distribution Transformer
along with Installation of Automatic ON-OFF DTR protection Device”

Liability on account of above shall be clearly indicated by the consignee Area Stores on the MRC for
its recovery from the firm‟s bills.

III. Testing of each Automatic ON-OFF DTR Protection device installed externally
at LT side of repaired DTR and enclosed in metal box:

• Individual testing of each „Automatic ON-OFF DTR Protection device‟ shall be done at
MPMKVVCL Bhopal premises/or its own laboratory / or its own Repairing units or any
place provided by MPMKVVCL Bhopal.
• Testing of device shall be performed for at least 3 no. of ON-OFF operation per
device so that Device ON and OFF time and its operation can be checked perfectly.
Each device must be passed in every sequence of test operation and at each test ON-
Off time shall be as per tender specification. If any device failed to meet such
condition i.e. found fail in any test operation or/and on-off time not as per standard
mentioned in tender document then the transformer shall be rejected and the repairer
firm will again repair the rejected transformer‟s device or replace it at his own cost
(including transportation charges) and for such transformer testing charges @ Rs.
1000/- per transformer shall be recovered from the repairer firm.

55. QR CODE ON REPAIRED DTR


A QR code shall be provided on repaired transformer by the concerned area store. The QR code
will be printed in-house.

56. PAINTING

i. All metallic surfaces exposed to weather and requiring paint shall be given suitable
priming coat and two coats of best paints of ISI marked of the same colour as of original
transformer except for the case of red colour transformer which should be painted in grey
colour. Other transformers i.e. grey colour transformer shall be painted in grey colour
after repairs and greencolour transformer shall be painted in green colour after repairs.
ii. The inside of transformers shall be given suitable priming coat and two coats of best
paint of Zinc Chromate or any other reputed ISI marked paint which may not cause any
deterioration inthe properties of the insulating transformer oil by chemical reaction etc.
iii. All primer/paint shall be ISI marked.

57. MARKING

After satisfactory repair and testing, the Firm shall have to clearly write in white paint following
details on the both width side of body of the repaired transformers in block of suitable size with
word size of 2.5 cm. in white paint and boundary line of 1 cm. width in black colour clearly
visible from ground in addition to repairer name plate to distinguish it from normal new
supplies.

1. Repaired by M/s………………………………
2. Rate contract/order No………………………………..
3. Tested on…………………………………………………
4. Name of Store and date of return……………………………..
5. Guarantee period expires on…………………………….

50
Tender Specification No MD/MK/04/895 “Repairing & Testing of BGP failed Distribution Transformer
along with Installation of Automatic ON-OFF DTR protection Device”
In addition to above provision , the name of transformer repairers, month, year of return and
specification No. of repair contract shall be punched on an Aluminium Plate of suitable length
but not less than 4” (10 cm.) and its width may be kept same as that of original transformers
name plate. The plate shall be fixed firmly be rivets (not by screws) on the body of repaired
transformer just below the original manufacturer‟s name plate or at any other suitable place if
the same is not possible. The punched letters will be painted with good quality black paint for
clear visibility. The details to be punched on the plate will be as per specimen given below :

PARTICULARS OF REPAIRS

NAME OF DATE OF RETURN SPECIFICATION NO.OF


REPAIRER AFTER REPAIRS REPAIR CONTRACT.

In addition to above the repairer will also punch or emboss the name of original manufacturer
with Sr. No. of the transformer, name of repairer, Date of return after repair at the bottom
channel clamping the core with the name of Company.

i. IDENTIFICATION MARK ON TRANSFORMER


A 75 mm wide blue band of paint all around the transformer and radiator on all the
transformers repaired first time shall be provided invariably approximately at the ¾th of the
height of transformer from bottom of tank for identification of the repaired transformer easily.
The shades of this blue paint shall be canary blue colour of ISI No.5 shade No.309. This paint
will also be provided after proper treatment of the surface of the transformer. For subsequent
(2nd ) repairs the colour band shall be kept yellow and for (3rd ) repair the colour band shall be
red. Rest of the procedure shall remain as above and should not be counted in the category of
DTR failed WGP.

Concerned EE (Store) will mention the status of previous repair (1st repair, 2nd repair & 3rd
repair) before dispatch to the firm for repair. The inspecting officer will also verify it.
If the no load losses of repaired transformer comes more than the limit shown in clause 17.4
table (column 4) in such case the 75 mm wide red colour band all around the Transformer will
be marked on Transformer and that Transformer will not be repaired in future after expiry of
their guarantee period.

ii. IDENTIFICATION MARK ON NEW HV COIL :-


In the process of repairing of transformers, the repairer(S) replace the coils with new
material/insulation. There is no visual facility to verify whether he replaced the old coil(S) by
new one, the repairer shall insert a non-tearable polyester strip containing their company‟s
name and month of manufacturing at least at two places in each HV coil. This polyester strip
shall not be removable even on pulling out the same. This will enable the Purchaser to check
and verify the exact number of coils newly prepared and replaced.

58. SEALING OF TOP COVER OF TRANSFORMER


Top cover and side walls of the transformer tank should be welded with “U” clamps on four
corners and centre of both length sides.

CGM (Procurement)
O/o MD, MPMKVVCL,Bhopal

51
Tender Specification No MD/MK/04/895 “Repairing & Testing of BGP failed Distribution Transformer
along with Installation of Automatic ON-OFF DTR protection Device”

ANNEXURE-V(B)
TECHNICAL SPECIFICATION OF SILICA GEL BREATHERS FOR DISTRIBUTION
TRANSFORMERS

1. The Silica Gel Breather required for distribution transformers shall be Aluminium die casted
with tin container containing 500 /1000 gms. of Silica Gel conforming to ISS 3401/1992 with
its latest amendments and it should be suitable for connecting to ¾” pipe thread.
2. The general dimensions/features of required Silica Gel Breathers are indicated in the enclosed
drawing. Silica Gel Breathers shall conform to the requirements of the enclosed drawing.

3. SILICA GEL
The Silica Gel required for distribution transformers shall be conforming to ISS 3401/1992
with its latest amendments.
3.1 The material shall be solid with grainy porous structure free from extraneous impurities. The
indicating type gel should be odorless, non toxic& non corrosive with stable chemical and
thermal characteristics. The inter connected pores form a vast surface area; silica gel should
absorb moisture 40 % or more of its weight at 100% humidity.
3.2. Bulk Density: -The bulk density of the material shall be more than 0.6 gm/ml.
3.3. Particle Size &Colour: - The material shall be blue in colour and its size should be from 4 to
6 mm.
3.4. Loss on Drying: - The material when tested according to the method prescribed in ISS shall
not lose more than 5% of its mass.
3.5. Adsorption capacity: - The material when tested according to the method prescribed in ISS
3401-1992 shall adsorb minimum 27% of moisture on the basis of its mass.
3.6. pH Value: -The pH of aqueous extract of the material when determined by the method
prescribed is ISS 3401-1992 shall be not more than 8 and not less than 3.5.
3.7. Loss on attrition: - When subjected to the test according to the method prescribed in aforesaid
ISS not more than 2.5% of the material shall pass through the test sieve.
3.8. Chemical Requirements: - The gel shall also comply with the requirement prescribed in the
ISS 3401-1992.

4. CONSTRUCTIONAL FEATURES FOR SILICA GEL BREATHERS


Sr. No. Particulars Specification
Suitable for DTRs up to 200
1 Rating
KVA rating
2 Pipe Connection BSP Thread ¾˝
3 Material of Body Aluminium Alloy (Grade LM-6)
4 Silica gel content (gms.) 500
5 Height‟ in mm 250
6 Dia in mm 84
7 Window holeDia in mm 20
8 Oil content in ml 50
9 Type of Die casting Pressure Die casting
10 Type of Painting Powder coating

5. TOLERANCES APPLICABLE
i Overall length ± 10 mm
ii Overall width ± 2 mm

52
Tender Specification No MD/MK/04/895 “Repairing & Testing of BGP failed Distribution Transformer
along with Installation of Automatic ON-OFF DTR protection Device”

iii Silica Gel ± 50 gms.

6. MATERIAL OF BREATHER BODY & PARTS


i Fabricated from high quality aluminum alloy LM-6 and powder coated for corrosion
resistance.
(ii) Special grade nitrile gasket to ensure water proof and air tight joints.
(iii) The glass/transparent polycarbonate window for visualizing Silica Gel & oil level should
be fixed by screws to the main body with gasket to prevent leakage of oil.

7. FOLLOWING DETAILS SHOULD BE PROVIDED ON NAME PLATES


Following details should be provided on each breather.
1. Name of manufacturer and type of materials.
2. Mass of silica gel

CGM (Procurement)
O/o MD, MPMKVVCL,Bhopal

53
Tender Specification No MD/MK/04/895 “Repairing & Testing of BGP failed Distribution Transformer
along with Installation of Automatic ON-OFF DTR protection Device”

ANNEXURE-V (C)
TECHNICAL SPECIFICATION FOR BIMETALLIC CLAMPS

1. SCOPE
This specification covers the design, manufacture, supply and testing of H.T./ L.T. Bimetallic
Clamps suitable for HT / LT Brass / Copper studs of following Transformers: -

Rated full load current (in amps)


Sr. No. Rating in KVA
on HT side on LT side
1 25 1.31 33.37
2 63 3.31 84.00
3 100 5.25 133.33
4 200 10.5 266.67

2. MATERIAL
The material of bimetallic Clamps shall be of Aluminum and Brass. The brass used should be
of high strength & corrosion resistant. The connector should be design for the purpose of the
connecting together two dissimilar materials for preventing electrolytic corrosion.

2.1 All Aluminum and Aluminum alloys used in the manufacture of bimetallic clamps should
conform to IS-5082/1998. The brass used should be of high strength & corrosion resistant. The
connector shall be smooth and free from cavities, blow holes and such other defects which
would be likely to cause them to be unsatisfactory in service.

2.2 The connector shall be so designed and proportioned that they are capable of safely
withstanding stresses to which they may be subjectedincluding those due to short-circuit and
climatic conditions and that the effects of vibration both on the conductor and the connector
itself are minimized. They shall be designed, manufactured and finished so as to avoid sharp
radii of curvature, ridges and excrescences which might lead to localized pressure on or
damage to the conductor in service.

2.3 The finish should be natural and free from flaws, rust, crevices, cracks & other defects harmful
for the joints. All the edges and corners shall be rounded off to avoid corona effect due to
sharpness. The Bimetallic joints should be protected from the effects of electrolytic action. The
resistance of the clamps shall be very low. These should be free from burrs.

2.4 Sufficient contact pressure should be maintained at the joint by the provision of the required
number of bolts or other fixing arrangements. But the contact pressure should not be so great
as to cause relaxation of the joint by cold flow. The joint should be such that the pressure is
maintained within this range under all conditions of service. To avoid excessive local pressure,
the contact pressure should be evenly distributed by use of pressure plates/ washers or suitable
saddles of adequate area and thickness.

2.5 All parts of connectors shall either be inherently resistant to atmospheric corrosion or be
suitably protected against corrosion, both during storage and in service.

54
Tender Specification No MD/MK/04/895 “Repairing & Testing of BGP failed Distribution Transformer
along with Installation of Automatic ON-OFF DTR protection Device”

2.6 The temperature rise of bimetallic Clamp above a reference ambient temperature of 400 C
when carrying rated current shall not exceed 450 C.

2.7 The bolts should be of galvanized mild steel. The fit joint between Al. alloy & brass
component of the connector shall be high pressure.

3. TENSILE STRENGTH -The tensile strength shall be 110 Kgf min.

4. DIMENSION - Dimension shall be as given in the drawing enclosed.

5. MARKING - The connectors shall be indelibly marked with rated current or any identifying
mark to enable full particulars of the connector.

CGM (Procurement)
O/o MD, MPMKVVCL,Bhopal

55
Tender Specification No MD/MK/04/895 “Repairing & Testing of BGP failed Distribution Transformer
along with Installation of Automatic ON-OFF DTR protection Device”

ANNEXURE-VD
GUARANTEED TECHNICAL PARTICULARS FOR EHV GRADE-II TRANSFORMER OIL

Insulating oil for Transformers & Switchgears shall be as per ISS-335-2018 (fifth revision)
incorporating up to date amendment and additional characteristics as incorporated below. It will be
pure hydrocarbon mineral oil, clean and sufficiently free from moisture and of other foreign matter,
confirming to the characteristics as per the ISS-335-2018 (fifth edition).

The test certificate for the material giving the results of sample test as per relevant ISS will be
required to be submitted alongwith tender for our approval in support of the compliance of materials
of the specification and the Guaranteed Technical Particulars mentioned below. The test results for
the characteristics of the oil when tested in accordance with ISS-335-2018 (fifth revision)
incorporating up-to-date amendment as required by us, shall be as here-under: -:-

Sr. No. Property Test Method Limits (Type II


Transformer Oil) as per
IS 335: 2018 (Fifth
revision)
A Function
i) Viscosity at 40oC IS 1448 (Part 25) 15 mm2/S, Max
ii) Viscosity at 0oC IS 1448 (Part 25) 1800 mm 2/S, Max
iii) Viscosity at -30oC IS 1448 (Part 25) -
iv) Viscosity at -40oC IS 16084 -
v) Pour Point IS 1448 (Part 10/Sec -10 oC Max to be based on
) LCSET
vi) Water Content IEC 60814 30 mg/Kg )/40 mg/kg),
Max
vii) Breakdown voltage IS 6792 30 kV/70kV), Min
viii) Density at 20oC IS 1448 (Part 16) 0.895 g/ml, Max
ix) DDF at 90oC IS 16086 0.005, Max
x) Particle content IS 13236 No general requirement)
B Refining/stability
xi) Appearance - Clear, free from sediment
and suspended matter
xii) Acidity IEC 62021-I 0.01 mg KOH/g, Max
xiii) Interfacial tension ASTM D971 No general requirement
xiv) Total sulphur content ISO 14596 or ASTM No general requirement
D4294
XV) Corrosive Sulphur DIN 51353 Not corrosive
xvi) Potentially corrosive IS 16310 Not corrosive
sulphur
xvii) DBDS IS 16497 (Part 1) Not detectable (<5mg/kg.)
xviii) Inhibitors according IS 13631 (U) Uninhibited oil : not
to IS 13631/IEC detectable (<0.01%)
60666 (T) Trace inhibited oil :
(<0.08%)
(I) Inhibited oil : 0.08%-
0.40%

56
Tender Specification No MD/MK/04/895 “Repairing & Testing of BGP failed Distribution Transformer
along with Installation of Automatic ON-OFF DTR protection Device”

xix) Metal passivator IS 13631 Not detectable (<5mg/kg.),


additives according to or as agreed upon with the
IS 13631/IEC 60666 purchaser
xx) Other additives
xxi) 2-Furfural and related IS 15668 Not detectable
compounds content (<0.05mg/kg.), for each
individual compound
C Performance
xxii) Oxidation stability IS 12422 (Method C) For oils with other
Test duration (1) antioxidant additives and
(U) Uninhibited oil : mental passivator Additives
164 h sec(6.12).
(T) Trace inhibited oil
: 332 h
(I) Inhibited oil : 500 h
a) 1.9.4 of IS 12422 1.2 mg KOH/g, Max
Total acidity

b) 1.9.1 of IS 12422 0.8%, Max


Sludge

c) 1.9.6 of IS 12422 0.500 , Max


DDF at 900C

xxiii) Gassing tendency IEC 60628, Method A No general requirement


Xxiv) ECT Sec 6.14 No general requirement
D Health, Safety and Environment (HSE)
xvv) Flash Point IS 1448 (Part 21) 1350C, Min
xxvi) PCA Content IP 346 3% Max
xxvii) PCA Content IS 16082 Not detectable (<2 mg/kg)

CGM (Procurement)
O/o MD, MPMKVVCL,Bhopal

57
Tender Specification No MD/MK/04/895 “Repairing & Testing of BGP failed Distribution Transformer
along with Installation of Automatic ON-OFF DTR protection Device”

ANNEXURE-VI
PRICE VARIATION FORMULA FOR TRANSFORMERS TO BE REPAIRED UNDER
RATE CONTRACT WITH ALUMINIUM WINDINGS (RATINGS UPTO AND INCLUDING
200 KVA)

A PRICE VARIATION FORMULA, WHEN TRANSFORMER OIL IS PROVIDED BY


PURCHASER
The price quoted/confirmed is based on the input cost of raw materials/ components and
labour cost as on the date of quotation and the same is deemed to be related to prices of raw
materials and all India average consumer price index number for industrial workers as
specified in the price variation clause given below. In case of any variation in these prices and
index numbers, the price payable shall be subject to adjustment, up or down in accordance
with the following formula:

P = Po ( 10 + 13AL + 4IM + 14W )


41 Lo Imo Wo
Wherein,
P = Price payable as adjusted in accordance with above formula.
Po = Price quoted/confirmed for the unit cost of repairing (excluding cost of Oil) LESS (-)
credit towards scrap i.e. Difference A-D values as indicated in PRICE SCHEDULE-
I (A).
Note:- The Po shall be FIRM for entire rate contract period even the taxes & duties
gone upwards / downwards.
ALo = Price of LME CSP Average of Aluminium as published by IEEMA vide
circular reference number IEEMA (PVC)/PWR_DIST_TRF (R1)/-/-. One month prior
to date of opening of tender.
IMo = Price of insulating Materials.
This price is as applicable on the 1st working day of the month, one month prior to
the date of opening of tender.
Wo = All India average consumer price index number for industrial workers, as
published by the Labour Bureau, Ministry of Labour, Govt. of India (Base 2016 = 100)
This index number is as applicable on the first working day of the month, three months
prior to the date of opening of tender.
For example, if date of opening of tenderfalls in May 2017, the applicable prices of
Aluminium (ALo) and Insulating Material (IMo) should be as on 1st April 2017 and all
India average consumer price index no. (Wo) should be for the month of February
2017.

The above prices and indices are as published by IEEMA vide circular reference
number IEEMA(PVC)/PWR_DIST_TRF_(R1)/-/- of applicable month as per new PV
formula effective from 01.09.2021.
AL = Price of LME CSP Average of Aluminium as published by IEEMA vide circular
reference number IEEMA (PVC)/PWR_DIST_TRF (R1)/-/-. One month prior to date
of delivery.
IM = Price of insulating Materials. This price is as applicable on the 1st working day of the
month, one month prior to the date of delivery.
W = All India average consumer price index number for industrial workers, as published by
the Labour Bureau, Ministry of Labour, Govt. of India (Base 2016 = 100)
This index number is as applicable on the first working day of the month, three months prior to
the date of delivery.

58
Tender Specification No MD/MK/04/895 “Repairing & Testing of BGP failed Distribution Transformer
along with Installation of Automatic ON-OFF DTR protection Device”

For example, if date of delivery in terms of clause given below falls in December 2017,
applicable prices of Aluminium (AL) and Insulating material (IM) should be as on
1stNovember 2017 and all India average consumer price index no. (W) should be for the month
of September 2017.

Notes: -
(a) All prices of raw materials are exclusive of any other central, state or local taxes, octroi etc.
(b) All prices are as on first working day of the month.
(c) The details of prices are as under: -
1. The price of Aluminium in Rs./MT is the average Ex-works price of EC Grade Aluminium
rods quoted by the primary producers confirming to specifications IS:5484.
2. The average price of Insulating materials (in Rs./Kg.) of pre-compressed press boards of size
3mm and 10mm thick, 3200 mmX4100 mm C&F price in free currency per MT converted into
Indian Rupees with applicable exchange rates prevailing as on 1st working day of the month
as quoted by primary suppliers. This price is the landed cost, inclusive of applicable customs
duty only but exclusive of countervailing duty.
(B) PRICE VARIATION FORMULA FOR TRANSFORMER OIL

T = To (TE/TEC
Wherein,
T = Price payable
To = Quoted Ex-works Price of Transformer oil as per the rate contract award.
TE = Price of Transformer oil as published by IEEMA for manufacture of transformer vide circular
reference No. IEEMA (PVC) / DST_PWR_TRF of applicable month i.e. prevailing on the
first working day of the preceding month of offer of transformer for inspection or scheduled
delivery period in case offer is made beyond delivery period whichever is advantageous to
the Purchaser.
TEC = Price of Transformer oil as published by IEEMA for manufacture of transformer vide circular
reference No. IEEMA (PVC) /DST_PWR_TRF of applicable month i.e. prevailing as on first
working day of the month one month prior to the date of opening of tender.

CGM (Procurement)
O/o MD, MPMKVVCL,Bhopal

59
Tender Specification No MD/MK/04/895 “Repairing & Testing of BGP failed Distribution Transformer
along with Installation of Automatic ON-OFF DTR protection Device”

ANNEXURE-VII
LIST OF CONSIGNEE AREA STORES & SENIOR / REGIONAL ACCOUNTS OFFICERS

S.No. Name of Consignee Name of Station to which Concerned


Materials are to be Sr.AO / R.A.O.
despatched, if by Railway.
1 General Manager (Stores),
Area Store, MPMKVV Co. Bhopal (W-C.R.) Bhopal
Ltd., Bhopal
2 General Manager (Stores),
Area Store, MPMKVV Co. Gwalior (W.R.) Gwalior
Ltd., Gwalior
General Manager (Stores),
Area Store, MPMKVV Co. Guna (W.R.) Guna
3 Ltd., Guna
General Manager (Depo
4 Stores), Area Store, Itarsi (W-C.R.) Itarsi
MPMKVV Co. Ltd., Itarsi

ANNEXURE-VIII
LIST OF SCHEDULE BANKS

Sr.
No. Name of R.A.O./ Sr. A.O. Name of Bank
1 BHOPAL State Bank of India, Sultania Road, Bhopal
2 GWALIOR State Bank of India, Jiwaji Chowk, Gwalior
3 GUNA State Bank of India, Guna

CGM (Procurement)
O/o MD, MPMKVVCL,Bhopal

60
Tender Specification No MD/MK/04/895 “Repairing & Testing of BGP failed Distribution Transformer
along with Installation of Automatic ON-OFF DTR protection Device”

ANNEXURE-IX
DRAWINGS

61
Tender Specification No MD/MK/04/895 “Repairing & Testing of BGP failed Distribution Transformer
along with Installation of Automatic ON-OFF DTR protection Device”

62
Tender Specification No MD/MK/04/895 “Repairing & Testing of BGP failed Distribution Transformer
along with Installation of Automatic ON-OFF DTR protection Device”

63
Tender Specification No MD/MK/04/895 “Repairing & Testing of BGP failed Distribution Transformer
along with Installation of Automatic ON-OFF DTR protection Device”

64
Tender Specification No MD/MK/04/895 “Repairing & Testing of BGP failed Distribution Transformer
along with Installation of Automatic ON-OFF DTR protection Device”

ANNEXURE-X
SCHEDULE OF FITTINGS OF REPAIRED TRANSFORMERS

Following fittings should be available on repaired transformers: -

1. Rating and terminal marking plates: -


i) Purchaser‟s order number and date
to be indicated on rating plate.
ii) Mention of Alluminium winding and
DPC insulation on HV/LV sides to
be made on the rating plate.
2. a) HV Bushing with brass stem and 3 Nos.
metal parts & arcing horns.
b) LV Bushing with brass stem 8 Nos.
c) Bimetallic clamp for HV bushing 3 Nos.
d) Bimetallic clamp for LV bushing 4 Nos.
alongwith neutral.
3. Earthing terminals 2 Nos.
4. a) Lifting lugs. 2 Nos.
b) Under base channels 75x40 mm 2 Nos.
5. Silicajel dehydrating breather having 1 No.
minimum 0.5 Kg. silica gel for transformers
up to 200 KVA.
6. Filter value with plug. 1 No
7. Drain-cum-sampling valve with plug. May not be provided if
it is originally available in
transformer under repair
then it must be removed.
8. Thermometer pocket 1 No
9. Oil level gauge. 1 No
10. Oil conservator with drain valve with plugs 1 No
and oil filling hole with plug or cap.
11. Air vents.
12. Off circuit tap changing switch with If originally provided
locking and indicating arrangements
on HV side for LV variation from
+3% to -9% in steps of 3% each.
13. Four numbers unidirectional rollers If originally provided
14. Explosion vent If originally provided

15. LT side AUTOMATIC ON-OFF DTR 1 No


PROTECTION DEVICE
(With complete fitting along with all
Accessories & ON and OFF indicating
lamp enclosed in a Fabricated metal box &
installed/Welded/ Fitted Externally at LT
Side of DTR)

CGM (Procurement)
O/o MD, MPMKVVCL, Bhopal

65
Tender Specification No MD/MK/04/895 “Repairing & Testing of BGP failed Distribution Transformer
along with Installation of Automatic ON-OFF DTR protection Device”

ANNEXURE-XI

METHODOLGY FOR CALCULATION OF “PERCENTAGE FAILURE RATE


OFTRANSFORMERS SUPPLIED BY FIRM”

Area Store :
Sl. Name of Period Cumulative No. Cumulative Cumulative No. % Failure
No firm of DTRs No. of DTRs of DTR failed (Cumulative)
repaired by issued to field against the rate
firm contract
1 2 3 4 5 6 7=6/5X100%
1 X As on the date 100 80 8 10%
of review

Note: Numbers given in above table are just for the illustration purpose.

66
Tender Specification No MD/MK/04/895 “Repairing & Testing of BGP failed Distribution Transformer
along with Installation of Automatic ON-OFF DTR protection Device”

ANNEXURE-XII

Lump-sum unit repairing cost including of GST, to & fro transportation of


DTR and cost of transformer oil for each capacity.(Rs./DTR)
25KVA 63KVA 100KVA 200KVA
Sr.
Item Unit Non- BEE Non- BEE
No. Non-Star BEE Non-Star BEE
Star Level- Star Level-
(new/old Level- (new/old Level-
(new/old 1/Level- (new/old 1/Level-
design) 1/Level-2 design) 1/Level-2
design) 2 design) 2
1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11.
Lump-sum charges for repairing of transformers which shall include To &Fro transportation charges upto 50 KMs
and opening of X-mer cover, un-tanking core & coil assembly, cleaning, washing of dust & dirt etc. from all parts
including core tank, cooling tubes, radiators, removal of parts needs replacement providing identical new HV coils,
reconditioning of all LV coils, replacement of HV/LV bushing, metal parts, silica gel breather, HT/LT Bi-metallic
clamps , oil level gauge, tapping switch (if available in defective unit) drain/ filter valve, air release plug & any other
parts required replacement minor repair of radiator tank & conservator (if required), painting from inside & outside
to make Transformer as good as new.
Lump-sum unit cost for
repairing of Transformers as per
complete scope of work including
1 To &Fro transportation charges 14980.00 18100.00 18500.00 13950.00 21830.00 26950.00 24000.00 27515.00
Rs. Per
upto 50 KMs but exclusive of
DTR
Transformer Oil and GST (in
Rs. per DTR)
ii GST (18%) 2696.40 3258.00 3330.00 2511.00 3929.40 4851.00 4320.00 4952.70
(A) Total 17676.40 21358.00 21830.00 16461.00 25759.40 31801.00 28320.00 32467.70
Rs.
Lump Sum Cost of Oil Per 8848.00 8900.00 11700.00 16490.00 17930.00 16250.00 32000.00 31500.00
2
DTR
ii GST (18%) 1592.64 1602.00 2106.00 2968.20 3227.40 2925.00 5760.00 5670.00
(B) Total 10440.64 10502.00 13806.00 19458.20 21157.40 19175.00 37760.00 37170.00
Credit towards scrap of old HV
(Alluminium) Coils, defective /
3 1440.00 1450.00 2750.00 3500.00 2945.00 3800.00 3800.00 4500.00
damaged fittings to be retained Rs.Per
by the repairer. DTR
i GST (@18%) 259.20 261.00 495.00 630.00 530.10 684.00 684.00 810.00
(C) Total 1699.20 1711.00 3245.00 4130.00 3475.10 4484.00 4484.00 5310.00

4 Net Repairing Cost (A+B-C) 26417.84 30149.00 32391.00 31789.20 43441.70 46492.00 61596.00 64327.70

S.No. Particulars Unit 25KVA 63KVA 100KVA 200KVA


In case X-mer is found to be
uneconomical at firm‟s works for
the reason specified in tender
1. document lump-sum rate for Rs. 765.00 1045.00 1185.00 1305.00
handling labour and to & fro Per
transportation of un-repaired unit DTR
to concerned A/s.
i GST (@18%) 137.70 188.10 213.30 234.90
Total 902.70 1233.10 1398.30 1539.90

67
Tender Specification No MD/MK/04/895 “Repairing & Testing of BGP failed Distribution Transformer
along with Installation of Automatic ON-OFF DTR protection Device”

PART-2

68
SCHEDULE – I (A)
SCHEDULE OF PRICES FOR REPAIRING OF 25 KVA TO 200 KVADTR
(TO BE FILED ONLINE IN ENVELOPE- C)

PRICE SCHEDULE
(This BOQ template must not be modified/replaced by the bidder and the same should be uploaded after filling the relevent columns, else the bidder is liable to be rejected for this tender. Bidders are allowed
to enter the Bidder Name and Values only )

TOTAL
RATE
Basic HSN Code/
CGST IGST with out TOTAL TOTAL
Sl. Item Item Code / Rate Per Service Firm CGST SGST SGST IGST
Quantity Units Amoun Amou Taxes RATE With AMOUNT
No. Description Make DTR Accounting Status in % in % Amount in %
t nt in Taxes In Words
Code
Rs.
P

1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17

Lump-sum unit cost for Design, Testing, Supply & Installation of LT side AUTOMATIC ON-OFF DTR PROTECTION DEVICE with complete fitting along with all accessories & ON and OFF
indicating lamp enclosed in a fabricated metal box which should be welded or Fitted or welded &fitted Externally at LT Side of DTR including Cost of Fabrication and installation of metal box
with all required material like metal sheet, LT bushing, studs etc. including welding, labor and transportation charges (for Installation/fitting of LT side Automatic On-Off Device externally at LT
1 Side of DTR) including seal and sealing cost per AUTOMATIC ON-OFF DTR PROTECTION DEVICE fabricated box.

Note: 1. The bidder has to quote unit rate in the price Schedule for above mentioned work only.
2. Please refer Annexure-XII for lumpsum repairing charges as per existing RCA of DTR repair.

25 KVA Non-
Per INR Zero
1.01 Star ( New/ Itemcode1 1.000 0% 0.00 0% 0.00 0% 0.00 0.00 0.00
DTR Only
Old design)

25 KVA BEE
Per INR Zero
1.02 Level- 1 (Old)/ Itemcode2 1.000 0% 0.00 0% 0.00 0% 0.00 0.00 0.00
DTR Only
Level 2 (Old)

63 KVA Non-
Per INR Zero
1.03 Star ( New/ Itemcode3 1.000 0% 0.00 0% 0.00 0% 0.00 0.00 0.00
DTR Only
Old design)

64
63 KVA BEE
Per INR Zero
1.04 Level- 1 (Old)/ Itemcode4 1.000 0% 0.00 0% 0.00 0% 0.00 0.00 0.00
DTR Only
Level 2 (Old)

100 KVA Non-


Per INR Zero
1.05 Star ( New/ Itemcode5 1.000 0% 0.00 0% 0.00 0% 0.00 0.00 0.00
DTR Only
Old design)

100 KVA
BEE Level- 1 Per INR Zero
1.06 Itemcode6 1.000 0% 0.00 0% 0.00 0% 0.00 0.00 0.00
(Old)/ Level 2 DTR Only
(Old)

200 KVA Non-


Per INR Zero
1.07 Star ( New/ Itemcode7 1.000 0% 0.00 0% 0.00 0% 0.00 0.00 0.00
DTR Only
Old design)

200 KVA
BEE Level- 1 Per INR Zero
1.08 Itemcode8 1.000 0% 0.00 0% 0.00 0% 0.00 0.00 0.00
(Old)/ Level 2 DTR Only
(Old)
Total in
Figures INR Zero
0.00 0.00
Only

Quoted
Rate in INR Zero Only
Words

65
Note: -
(i) GST Registration Number of Bidder ............................................................................................................. (Enclose copy of Registration Certificate).
(ii) GST Registration Number of …………………………….
(iii) The old/regular bidder should quote the rates as per above proforma only. The price quoted in any other form is likely to be rejected.
(iv) No column shall be left blank by Old/regular bidder.
(v) Any change in the taxes in further course of the time shall be account for at the time of payment. The rates prevailing at the time of repairing of DTRs shall
be payable.
(vi) The New bidders are not required to quote their rates in price and submit their price bid Envelop-C mentioning “0.00” in price column, however their price
bid shall not be opened.
(vii) The bidder shall take care to quote only the applicable taxes.

66
SCHEDULE –II
List of Plant & machinery and Testing Equipment

A.List of Plant & machinery

Sl.No Name of Machinery Make Qunatity

B. Details of testing Equipment

Sl.No Instrument Qty (No,) Make Class Range

Place- Signature of Bidder with Seal of Firm:


Date- Name (in full):
Designation:

1
SCHEDULE-III
SCHEDULE OF QUESTIONNAIRE

PART “A”: GENERAL INFORMATION

(TO BE KEPT IN THE ENVELOPE PART-II COMMERCIAL/TECHICAL BID)”

(i) Strike off, whichever is not applicable.

1.a Name of the company

Name of owners of the company & their


b Residential Address & Phone No.
(c) Email Address
Whether the company is a small scale unit
2
/Medium scale /Large scale unit
Registration No. with District Industries
a
centre/NSIC/UAM/Udyam
Whether documentary evidence regarding
b registration enclosed.
c Period of registration
d Items of registration
3. Address with phone Nos.
a Registered office
b Factory
Indicate fax no. at which official correspondence
4.
could be made
Name &Phone no. of the person to be contacted
5
for official purpose.
Confirm whether bidder is a manufacturer/repairer
6
of Transformer
Whether the bidder is old repairer/participant with
7 a MPSEB/ Discom of MP
b If yes, whether documentary evidence is enclosed.
8. Maximum per annum production capacity in nos
(a) Name of agency which has assessed the capacity
(b) Letter no. &dt, of the above agency for a above.
Whether a copy of b above provided with the
(c)
offer.
Maximum annual production capacity achieved so
(d)
far. Indicate year also
Indicate capacity wise nos. for which orders are
9 already available with you as on the date of
submission of this bid.
Indicate the capacity wise nos. which you
anticipate that additional orders from other
10 SEBs/Govt. undertaking shall be available to you
in the next 6 months from the date of submitting
this bid.
Whether you have supplied/repaired 200 Nos.
11 DTRS in past 36 months from the date of opening
of Tender
Please mention nos of FWGP DTRS pending for
12 repairs for more than 45 days with you as on date
of opening of Tender
Please mention nos of FBGP DTRS pending for
13 repairs for more than 3 months period with you as
on date of opening of Tender
Any other information that bidder may, like to give
14
in order to high light his offer.
Please confirm whether you have participated as
15
new firm
If you are participating as a new firm, Please
16
confirm you are not submitting price bid

PLACE: SIGNATURE OF BIDDER


NAME IN FULL
DATE DESIGNATION/ STATUS IN THE FIRM
COMPANY SEAL
SCHEDULE - III
PART “B”: COMMERCIAL INFORMATION

(TO BE KEPT IN THE ENVELOPE PART-II COMMERCIAL/TECHICAL BID)”

(i) Strike off, whichever is not applicable.


(ii) Separate sheets should be used, wherever necessary.

i Earnest Money details Online Payment


ii(a) Amount of EMD Rs………………………
(b) Particulars/details
1. iii If exempted, state whether the SSI Unit of M.P./ Small Scale unit registered with NSIC/ Fully owned
bidder is State/ Central Govt. Unit. valid up to----------------------
Whether reference of
iv documentary evidence Yes / No
regarding exemption enclosed.
Whether the offer is valid for
180 days from the date of
2. Yes / No (If no, state validity period).
opening of commercial /
technical bid
3. Mode of dispatch By Rail/By Road
PAYMENT TERMS
Whether Purchaser‟s terms of
4. payment is acceptable to the
bidder (clause no. 9 of General Yes / No
Terms & Conditions of the
Rate Contract.)
PERIOD FOR REPAIRS
5 Confirm whether clause no. 11
of General Terms &
a Yes / No
Conditions of the Rate
Contract is acceptable.
PENALTY CLAUSE
Whether agreeable to
6 Purchaser‟s penalty clause
(clause no. 16 of General Yes / No
Terms & Conditions of the
Rate Contract)
GUARANTEE PERIOD

Whether agreeable to
Purchaser‟s performance
guarantee. (clause no. 15 of
7
General Terms & Conditions Yes / No
of General Terms &
Conditions of the Rate
Contract.

8 SECURITY DEPOSIT
Whether agreeable to furnish
Security deposit. (clause no.17
of General Terms &
Yes / No
Conditions of the General
Terms & Conditions of the
Rate Contract.

a GST Registration No.


Repairing
of X-mer
(i/c Uneconomical Transformer Scrap
Goods & Services Transportation
9 Materials X-mer Oil Material
+
Labour)
HSN Code
b Indicate rate of Rate of CGST
c Indicate rate of Rate of SGST
d Indicate rate of Rate of IGST
Whether quoted rates are as
per PV formula indicated in
10 Yes / No
the tenderin case of items of
variable prices
Please confirm that the
transformers repaired by you
11 Yes / No
shall confirm exactly to our
technical specifications.
PERIOD OF RATE
12.
CONTRACT
Confirm acceptance of clause
no.3 of General Terms & Yes / No
Conditions of the tender.
Have you noted that you have
13 quoted prices in the desired Yes / No
format
Whether photocopy of the
14
following have been enclosed.
i Income Tax Return Yes / No
Profit and loss accounts and
Turn over for last 3 years duly
ii certified by the Charted Yes / No
Accountant up to the last
financial year.
iii Partnership deed Yes / No
Please indicate names of
Directors, their names,
15
addresses, telephone nos, &
mobile nos
SCHEDULE-IV
SCHEDULE OF COMMERCIAL DEVIATIONS

Bidder's Name & Address:

To,
The Chief General Manager (Proc.),
M.P.M.K.V.V. Co. Ltd.,
NishthaParisar, Bijlinagar
Govindpura, Bhopal-462023.

Dear Sir,

Sub: - Commercial Deviations.

The commercial Deviations & variations to the specifications stipulated in the tender, for the
item quoted are, as under: -
Statement of
Sr. Clause No. of tender Page No. of Tender
Condition deviations and
No. document document
variations
1 2 3 4 5

2. Except aforesaid deviations, the entire order, if placed, on us shall be executed in accordance
with your specifications and any other conditions, variations/deviations etc. if found,
elsewhere in our offer should not be given any considerations while finalizing the tender.

PLACE: SIGNATURE OF BIDDER


NAME IN FULL
DATE DESIGNATION/ STATUS IN THE FIRM
COMPANY SEAL
SCHEDULE-V
SCHEDULE OF TECHNICAL DEVIATIONS

Bidder's Name & Address:

To,
The Chief General Manager (Proc.),
M.P.M.K.V.V. Co. Ltd.,
NishthaParisar, Bijlinagar
Govindpura, Bhopal-462023.

Dear Sir,

Sub: - Technical Deviations.

The Technical Deviations & variations to the specifications stipulated in the tender, for the
item quoted are, as under: -
Statement of
Sr. Clause No. of tender Page No. of Tender
Condition deviations and
No. document document
variations
1 2 3 4 5

2. Except aforesaid deviations, the entire order, if placed, on us shall be executed in accordance
with your specifications and any other conditions, variations/deviations etc. if found,
elsewhere in our offer should not be given any considerations while finalizing the tender.

PLACE: SIGNATURE OF BIDDER


NAME IN FULL
DATE DESIGNATION/ STATUS IN THE FIRM
COMPANY SEAL

Note: - Continuation sheet of like size & format may be used as per bidder's requirements and shall be
annexed to this.
SCHEDULE –VI
PAST PERFORMANCE
DETAILS OF TRANSFORMERS SUPPLIED/REPAIRED AGAINST PREVIOUS
TENDER/RATE CONTRACTS AWARDED BY MPMKVVCL Bhopal
PART-A
Details of supply made by us of New Distribution Transformers during past 36 months from the
date of opening of Tender, as under: -
Total No. of 25 KVA &Above Distribution Remark (Name of SEBs/Discom or any other
Transformers supplied utilities to whom supplied.

PART-B
Details of Repairing of Distribution Transformers under Discom of M.P. Transformers during past 36
months from the date of opening of Tender, as under:-

Total No. of 25 KVA &Above Distribution Name of order placing SEB / Power Utility
Transformers repaired and supplied. Ref. Order / Rate Contract

For firms who have repaired 11/0.4KV Distribution Transformers of any other SEBs/Power Utility.

PART-C
Details of Supply made by us of New Distribution Transformers under any other SEBs/Power Utility
Transformers during past 36 months from the date of opening of Tender, as under: -
Total No. of 25 KVA &Above Distribution Name of order placing SEB / Power Utility
Transformers supplied. Ref. Order / Rate Contract

PART-D
Details of Repairing of Distribution Transformers under any other SEBs/Power Utility Transformers
during past 36 months from the date of opening of Tender, as under: -

Total No. of 25 KVA &Above Distribution Name of order placing SEB / Power Utility
Transformers repaired and supplied. Ref. Order / Rate Contract

Note:-Please ensure that above information must be verified and certified by the Chartered
Accountant and supported with the documentary evidences as mentioned in above clauses
failing which the firm may not be considered for opening of Price Bid.

SIGNATURE OF THE BIDDER


NAME
Designation
SEAL OF COMPANY
SCHEDULE-VII
DECLARATION BY THE BIDDER

(To be submitted on non judicial stamp paper of Rs. 100.00


(In case partner or any relationship of the partners of the firm exist with any MPSEB / MP DISCOM
Officer or employees retired or serving)

I……………………………………….………………………...…..sole proprietor/partner of
M/s .................................................................................................... hereby declare that the following serving or
retired officers or employees of the MPSEB (including companies formed) are partners or have shares or have
interest in the firm.
1. Name(s) (i) (ii) (iii)
2. Status in MPSEB/MP Discom
3. Address/Telephone No.(s)
4. Status in the firm

And / OR
The relationship of the sole proprietor / partner(s) of the firm exists with the following serving or
retired officer or employees of MPSEB (including companies formed). The relationship to the extent of Wife,
Father, Mother, Son, Daughter, Son-in-law or Daughter-in-law, Nephew & Niece etc., is to be considered.

1. Name(s) (i) (ii) (iii)


2. Status in MPSEB/MP Discom
3. Address/Telephone No.(s)
4. Relationship with the partner(s)/
proprietor.

SIGNATURE OF THE BIDDER


NAME
STATUS IN THE COMPANY
AFFIXED SEAL OF THE COMPANY
SCHEDULE –VIII

UNDERTAKING / DECLARATION BY THE BIDDER

The following declaration must be filled up, sealed and signed by Sole Proprietor, each and
every Partner(s) separately and each and every Director(s) separately on non-judicial stamp
paper worth Rs.100/- duly notarized

(A) “Regarding Conflict of Interest ”

I ……………………… sole proprietor / partner / Director ......................... of


M/s,… ........................... undertake that :

I am not interested as a Proprietor and/or Partner and/or Director in any other party/firm/company
participating in tender No. of Purchaser due for opening on / / for procurement of

(B) “Regarding Black listing/ Debarring of the firm ”

We hereby undertake and submit the declaration that our firm/company is not debarred/black
listed for future business with Discoms of M.P./MPSEB/other successor Companies formed after
restructuring of MPSEB.

In case, at any stage if the above declaration is found false or incorrect, the Purchaser shall be
free to take any punitive/legal action against us, as may be deemed fit , which shall be
acceptable/binding on us and the consequences shall be to our account.

(C) “Regarding information/details given”


I,…………………………………………, the Sole Proprietor / Partner(s)/ Director(s) of
M/s… ................................................... , participating in the bidding process against tender
No… ........................................................ undertake that I am not interested as a proprietor and/or
partner in any other firm and/or Director in any other company participated in the tender for
procurement of… ........................................, and specifically undertake that our firm/Company:
(i) Not follow & shall not follow unethical/unfair/fraudulent practice in any manner.
(ii) Has no conflict of interest with any bidder/firm participating in the tender.
(iii) Not concealing any material information.
(iv) Not given any misleading fact or statement in the offer/bid submitted against the tender.
(v) Has not been debarred/ blacklisted for future business with Purchaser/other Discom of MP.

(D) “Regarding Serving Officer(s) or Employee(s) of the MP Discom ”

We confirm that no Serving Officer(s) or employee(s) of the MP Discom is/are


Proprietor/Partner(s)/Director(s) of the firm/company or having controlling shares or has controlling
interest in the firm. It is also confirmed that no Proprietor/Partner(s)/Director(s) of the firm/company
has any close relationship (spouse, son, daughter, father, mother or brother) with any serving
Officer(s) or Employee(s) of the MP Discom.
Further, the MP Discom will have full right to cancel the Purchase Order, if awarded and
forfeit the EMD/Bid Security & Performance Guarantee as applicable in the event of the above
condition/situation is observed, even at a later date i.e. after opening of Price Bid/award of Purchase
Order.

SIGNATURE OF TENDERER
NAME IN FULL
DESIGNATION / STAUS IN THE FIRM
COMPANY SEAL
SCHEDULE –IX

UNDERTAKING
I, . . . . . . . . . . . . . . . . . . . . . .Sole proprietor / partner of M/s. ....................................... is giving undertaking
that details given are correct to the best of my knowledge and I agree to abide by all your tender / order terms
and conditions.

PLACE: SIGNATURE OF BIDDER


NAME IN FULL
DATE DESIGNATION/ STATUS IN THE FIRM
COMPANY SEAL
SCHEDULE - X

MANUFACTURING/REPAIRING CAPACITY AND OFFERED


QUANTITY

Bidder‟s Name & Address: ………………………………………………………….

To,

The Chief General Manager (Proc.),


M.P.M.K.V.V. Co. Ltd.,
Nishtha Parisar, Bijlinagar
Govindpura, Bhopal-462023.

Sub: - Manufacturing/Repairing capacity and offered quantity.

Sr.
Particular Numbers
No.
1 Manufacturing/Repairing capacity of firm (Annual)
Offered quantity for single allotment against
2
instant tender

Place- Signature of Bidder with Seal of Firm:


Date- Name (in full):
Designation:
SCHEDULE - XI

MINIMUM ROAD DISTANCE FROM THE FIRM‟S WORKS TO


AREA STORE OF PURCHASER

Bidder‟s Name & Address: ………………………………………………………….

To,

The Chief General Manager (Proc.),


M.P.M.K.V.V. Co. Ltd.,
NishthaParisar, Bijlinagar
Govindpura, Bhopal-462023.

Sub: - Minimum Road distance from the firm‟s works to Area store of PURCHASER

Sr. Minimum Road


Name of Area Store distance (km)
No.
1 Bhopal
2 Gwalior
3 Guna

Coordinates of firms works:

Latitude-
Longitude-

Place- Signature of Bidder with Seal of Firm:


Date- Name (in full):
Designation:
SCHEDULE- XII

Declaration for participation as new bidder


Bidder‟s Name & Address: ………………………………………………………….

To,
The Chief General Manager (Proc.),
M.P.M.K.V.V. Co. Ltd.,
NishthaParisar, Bijlinagar
Govindpura, Bhopal-462023.
Sub: - Declaration for participation as new bidder.

I/We ......................................................................................................... sole


proprietor/partner/Director of
M/s……………………………............…………………………….hereby declare that participate as
new bidder for the tender specification MD/MK/04/781 due on 30.06.2022 and accordingly under take
that we have not quoted any prices in price bid schedules and have mentioned in the rates
column as “0.00”.
We undertake that If we have quoted any price other than “0.00” in financial bid then our bid is
likely to be rejected and the prices quoted by us shall be considered as null & void.
.

Place- Signature of Bidder with Seal of Firm:


Date- Name (in full):
Designation:
SCHEDULE- XIII

Undertaking for technical eligibility

To,
The Chief General Manager (Proc.),
M.P.M.K.V.V. Co. Ltd.,
NishthaParisar, Bijlinagar
Govindpura, Bhopal-462023.

Sub: - Undertaking for technical eligibility

I/We..........................................................................................................sole proprietor/partner/Director
of M/s… ................................................................................................ hereby declare that:

i. The failure rate of DTRs repaired by us in last supply order/rate contract awarded is not more
than 12%.

ii. We don‟t not have any WGP failed transformers pending for repair either at Purchaser‟s Area
Store or with us not more than 45 days old as on date of opening of tender.

iii. We don‟t have any BGP failed transformers pending for repair with them for a period of 3
Months from the date of its lifting from the Area store of Purchaser.

We undertake that, If any information as mentioned above is found incorrect at any time then
our bid/order shall be rejected, and appropriate action shall be taken against us and our firm.

Place- Signature of Bidder with Seal of Firm:


Date- Name (in full):
Designation:
SCHEDULE – XV:
CHECK LIST
(TO BE KEPT IN THE ENVELOPE PART-B, “COMMERCIAL/TECHNICAL BID” &
UPLOAD ONLINE ALSO)

Sr.No. Check List Item Options Answer


1. Whether “Earnest Money Deposit” of specified Yes/No
amount is kept in a sealed envelope-A & the same is
uploaded online.
2. Whether NSIC/SSI/MSME/DIC/UDYAM/UAM Yes/No
Registration Certificate is attached
3. Whether confirmation certificate proving bidder is Yes/No
a Manufacturer is attached
4. Whether appropriate type test certificate is attached Yes/No
5. Whether P&L Accounts of last 3 year are enclosed Yes/No
6. Whether Balance Sheets of last 3 year are enclosed Yes/No
7. Whether duly signed “Tender Form” is attached with Yes/No
the bid
8. Whether all schedules except schedule-I (Price bid) Yes/No
duly filled & signed with supporting document are
enclosed
9. Schedule I: (AB) Price bid is duly filled in and Yes/No
digitally signed by the signatory authority & uploaded
online in envelope-C by the old/regular bidder.
10 Schedule I: (AB) Price bid is not filled by the new Yes/No
bidder.

You might also like